Search Contract Opportunities

Design-Build and Design-Bid-Build Indefinite-Delivery/Indefinite Quantity Multiple Award Construction Contract for Jacksonville/Mayport/Orlando Areas N69450-20-R-0012   3

ID: N69450-20-R-0012 • Type: Solicitation • Match:  100%
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Does this contract have any security clearance requirements?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

The Naval Facilities Engineering Command Southeast (NAVFAC SE) has been tasked to develop, solicit, and award a Design-Build (DB) and Design-Bid-Build (DBB) Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC) for general construction type work to be performed in the Jacksonville/Mayport/Orlando Area of Responsibility.

The planned seed project for this solicitation will be FRC B101/794 painting and mixing, NAS Jacksonville, Florida. This project is for building two (2) paint storage/mixing enclosures for FCSE Paint Shops. One is in building 794 and the other is in Building 101 Component paint shop. Building 101 enclosure shall be 16'W x 25'L x 9'H. Building 794 enclosure shall be 9'W x 16'L x 9'H. The new rooms shall include electrical, compressed air, ventilated mixing bench, environmental controls, fire protection, personnel doors and roll up doors, eyewash/safety shower, LED lights, and ramps.

A sources sought notice for this requirement was posted under solicitation N6945018RJAXS on May 8, 2018 requesting small business industry interest and capability statement. Based on responses from the notice, it was determined that the requirement should be issued as a HUBZone business set-aside. The NAVFAC SE Small Business Office concurs with this determination.

This Request for Proposal (RFP) is being issued as a HUBZone business setaside.

All responsible HUBZone businesses with the specialized experience and qualifications required by the solicitation may submit a proposal to be considered by the agency. The NAICS code for this IDIQ MACC solicitation is 236220 with a size standard of $39,500,000.

This solicitation will result in the award of approximately (5) DB/DBB IDIQ MACCs, unless a number more than five (5) is determined to be in the best interest of the Government. The total aggregate value for all contracts to be awarded from any resultant solicitation is not-to-exceed (NTE) $99,000,000 over a five year ordering period. There is no yearly or per contractor limit except for the total five (5) year maximum. Task orders will be firm-fixedpriced, normally in the range of $150,000 to $6,000,000 per order. However, task orders under or over these amounts may be considered if deemed to be in the Government's best interest.

Construction projects to be performed will primarily consist of general building type projects both vertical and horizontal construction (new construction, renovation, alteration, demolition, repair work) including but not limited to: industrial, airfield, aircraft traffic control, infrastructure, administrative, training, dormitory and community support facilities. Projects may also require comprehensive interior design and incorporation of sustainable features. Projects may include design-build, modified design-build or full plans and specifications.

Work will be performed within Department of Defense (DoD) activities in the Jacksonville, Mayport, and Orlando areas managed by NAVFAC SE. Work may be required in other locations in the area of responsibility of NAVFAC SE if deemed necessary and approved by the NAVFAC SE Chief of Contracting Office.

The source selection method to be used is a best value continuum process in a negotiated two-phase acquisition utilizing the trade-off approach. Formal two-phase source selection will be used to select the proposals that provide the best value to the Government from a technical and price standpoint. In accordance with FAR Subparts 15.1 and 15.3, a trade-off approach to source selection will be used for this solicitation with respect to the initial award.

Offerors selected to proceed to Phase-Two will be required to submit a technical and price proposal for a seed project. Offerors who fail to submit a technical and a price proposal will not be considered for an award. The offeror with the best value proposal for the seed project will be awarded an IDIQ MACC with a five year ordering period, and the seed project task order. The remaining four (4) selected offerors will be awarded an IDIQ MACC for a five year ordering period with a minimum guarantee of $1,000.00 over the five (5) year period.

A Pre-Proposal Conference and Site Visit will be held for those offerors chosen to participate in Phase-Two (exact date and time will be specified in the Phase-Two solicitation).

Offerors are responsible for checking the beta.SAM.gov website for the solicitation and any subsequent amendments that may be issued. NO CONTRACT AWARD WILL BE MADE TO ANY CONTRACTOR THAT IS NOT REGISTERED OR IN THE PROCESS OF REGISTERING WITH THE SYSTEM FOR AWARD MANAGEMENT (SAM). PLEASE VISIT THE SAM WEBSITE AT https://www.beta.sam.gov FOR INSTRUCTIONS ON HOW TO REGISTER.

Overview

Response Deadline
June 9, 2020, 3:30 p.m. EDT Past Due
Posted
May 7, 2020, 2:38 p.m. EDT (updated: April 30, 2021, 3:15 p.m. EDT)
Set Aside
HUBZone (HZC)
Place of Performance
FL United States
Source

Current SBA Size Standard
$45 Million
Pricing
Fixed Price
Evaluation Criteria
Best Value
Est. Level of Competition
Average
Signs of Shaping
67% of obligations for similar contracts within the Department of the Navy were awarded full & open.
On 5/7/20 NAVFAC Southeast issued Solicitation N69450-20-R-0012 for Design-Build and Design-Bid-Build Indefinite-Delivery/Indefinite Quantity Multiple Award Construction Contract for Jacksonville/Mayport/Orlando Areas N69450-20-R-0012 due 6/9/20. The opportunity was issued with a HUBZone (HZC) set aside with NAICS 236220 (SBA Size Standard $45 Million) and PSC Y1AZ.
Primary Contact
Name
Lacorsha Noel   Profile
Phone
(904) 542-6200

Documents

Posted documents for Solicitation N69450-20-R-0012

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Opportunity Lifecycle

Procurement notices related to Solicitation N69450-20-R-0012

Award Notifications

Agency published notification of awards for Solicitation N69450-20-R-0012

IDV Awards

Indefinite delivery vehicles awarded through Solicitation N69450-20-R-0012

Contract Awards

Prime contracts awarded through Solicitation N69450-20-R-0012

Protests

GAO protests filed for Solicitation N69450-20-R-0012

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Solicitation N69450-20-R-0012

Similar Active Opportunities

Open contract opportunities similar to Solicitation N69450-20-R-0012

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE NAVY > NAVFAC > NAVFAC ATLANTIC CMD > NAVFAC SOUTHEAST > NAVFAC SOUTHEAST
FPDS Organization Code
1700-N69450
Source Organization Code
100504950
Last Updated
May 7, 2022
Last Updated By
lacorsha.noel@navy.mil
Archive Date
May 7, 2022