Search Contract Opportunities

$10B Design-Build (DB)/Design-Bid-Build (DBB) Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC), Various Locations, State of Hawaii and Wake Island

ID: N62478-25-R-4057 • Type: Presolicitation

Description

$10B Design-Build (DB)/Design-Bid-Build (DBB) Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC), Various Locations, State of Hawaii and Wake Island. This procurement is unrestricted; the source selection will require both technical and price proposals. This procurement consists of one solicitation with the intent to award multiple firm-fixed-price (FFP) IDIQ type contracts. The Government reserves the right to cancel the procurement if only one proposal is received that offers the best value to the Government.

The work includes, but is not limited to labor, supervision, tools, materials and equipment necessary to perform new construction, repair, alteration and related demolition of existing infrastructure based on design-build (DB), or design-bid-build (DBB) (full plans and specifications) for waterfront, utilities, and industrial projects within the State of Hawaii and Wake Island. The customers will include, but are not limited to, Navy, Marine Corps, Air Force and miscellaneous Federal and other agencies. Task orders will be issued for the work that may require design and construction services. In support of the DB work, the Contractor shall employ the services of an architect/engineering professional experienced in the coordination of multi-disciplined architectural/engineering design efforts in all aspects of general building and new and renovation projects. Work may encounter hazardous materials. Follow National Pollutant Discharge Elimination System (NPDES) and Department of Army permit requirements and all applicable Federal, State and local environmental regulations.

The basis of award is to award to the offerors whose proposals, conforming to the Request for Proposal (RFP), provides the best value to the Government, considering both price and technical factors. The evaluation factors are anticipated to be: (1) Technical approach, (2) Experience, (3) Past performance, (4) Safety, (5) Small business utilization and participation, and (6) Price. Price proposals will be FFP lump-sum pricing for a seed project. The combined non-cost/price factors will be approximately equal to price.

The contract period of performance is anticipated to consist of a five-year base period and one three-year option period for a total maximum duration of eight years. The estimated aggregate maximum dollar value, including the base period and option period, is $10 Billion. The minimum and maximum task order limits will be $300 Million and $5 Billion, respectively. Task orders will be competed among the MACC awardees. Work authorized under this MACC will be ordered by the Government through issuance of a task order. The Government makes no representation to the number of task orders or actual amount of work to be ordered under this MACC; however, during the term of the contract, there will be a minimum guarantee of $3,000 per contractor. The minimum guarantee may be met by the issuance of a task order during either the base period or option period. Contractors are not guaranteed work in excess of the minimum guarantee. There are no additional minimum guarantees that will be obligated for the option period.

The solicitation will be available in electronic format only through the Procurement Integrated Enterprise Environment (PIEE). Prospective offerors MUST register on https://piee.eb.mil/ and request the Proposal Manager role to view and/or download the solicitation through the solicitation module. For technical support or questions, please contact PIEE at 866-618-5988 or open a help desk ticket with https://piee.eb.mil/xhtml/unauth/web/homepage/vendorCustomerSupport.xhtml. No hard copies of the solicitation will be provided and it is the offeror's responsibility to check the PIEE website for the solicitation and any amendments. No other notice of solicitation activity will be provided to interested offerors.

To be eligible for contract award, a firm must be registered with the System for Award Management (SAM) database. Please note that registration can take up to ten business days to become active. For instructions on registering with SAM, please see the SAM website at https://www.SAM.gov/.

This presolicitation notice does not constitute a commitment on the part of the Government to award a contract, nor to pay for any costs incurred as a result in replying to this notice. This notice should not be construed as a commitment by the Government for any purpose.

Background
The U.S. Government is issuing a $10 billion Design-Build (DB)/Design-Bid-Build (DBB) Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC) for various locations in the State of Hawaii and Wake Island.

This procurement is unrestricted and aims to award multiple firm-fixed-price contracts to support the construction needs of various federal agencies, including the Navy, Marine Corps, and Air Force. The goal of this contract is to provide comprehensive construction services that include new construction, repair, alteration, and demolition of existing infrastructure.

Work Details
The scope of work includes labor, supervision, tools, materials, and equipment necessary for:
- New construction projects
- Repair and alteration of existing structures
- Related demolition activities

The projects will focus on waterfront, utilities, and industrial sectors. Contractors are required to employ qualified architect/engineering professionals experienced in multi-disciplined design efforts for general building projects. Additionally, work may involve hazardous materials management and must comply with National Pollutant Discharge Elimination System (NPDES) regulations as well as other applicable federal, state, and local environmental laws.

Period of Performance
The anticipated period of performance for the contract includes a five-year base period with an option for an additional three years, totaling a maximum duration of eight years.

Place of Performance
The construction projects will be performed in various locations within the State of Hawaii and Wake Island.

Overview

Response Deadline
Nov. 25, 2024, 10:00 a.m. EST Past Due
Posted
Nov. 8, 2024, 2:41 p.m. EST
Set Aside
None
Place of Performance
JBPHH, HI 96860 United States
Source
SAM

Current SBA Size Standard
$45 Million
Pricing
Fixed Price
Evaluation Criteria
Best Value
Est. Level of Competition
Average
Est. Value Range
$10,000,000,000 (value based on agency estimated range)
Odds of Award
77%
Vehicle Type
Indefinite Delivery Contract
On 11/8/24 NAVFAC Hawaii issued Presolicitation N62478-25-R-4057 for $10B Design-Build (DB)/Design-Bid-Build (DBB) Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC), Various Locations, State of Hawaii and Wake Island due 11/25/24. The opportunity was issued full & open with NAICS 237990 and PSC Y1PZ.
Primary Contact
Name
Jamie Inouye   Profile
Phone
(808) 474-3783

Secondary Contact

Name
Robert Wong   Profile
Phone
(808) 471-3498

Documents

Posted documents for Presolicitation N62478-25-R-4057

Question & Answer

Incumbent or Similar Awards

Contracts Similar to Presolicitation N62478-25-R-4057

Potential Bidders and Partners

Awardees that have won contracts similar to Presolicitation N62478-25-R-4057

Similar Active Opportunities

Open contract opportunities similar to Presolicitation N62478-25-R-4057

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE NAVY > NAVFAC > NAVFAC PACIFIC CMD > NAVFAC HAWAII > NAVFAC ENGINEERING COMMAND HAWAII
FPDS Organization Code
1700-N62478
Source Organization Code
100513876
Last Updated
Dec. 11, 2024
Last Updated By
jamie.m.inouye.civ@us.navy.mil
Archive Date
Dec. 10, 2024