Search Contract Opportunities

IDIQ MACC for New Construction, Renovation, and Repair of Wet Utilities Projects at Various Government Installations Located in CA, AZ, NV, UT, CO, and NM   12

ID: N6247323R1411 • Type: Solicitation • Match:  90%
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?
Does this solicitation list any subcontracting requirements?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

Posted: Aug. 22, 2024, 7:34 p.m. EDT

This procurement is for a multiple award construction contract (MACC) and is being advertised as a 100% total set-aside for small business concerns. This procurement will use the two-phase design-build selection procedures and will consist of one solicitation covering both phases with the intent to award approximately five (5) or more Indefinite Delivery Indefinite Quantity (IDIQ) construction contracts to the responsible offerors whose proposals, conforming to the Request for Proposal (RFP), will be most advantageous to the Government resulting in the best value, price and other factors considered. This is an IDIQ contract with no pre-established fixed contract prices. The actual amount of work to be performed and the time of such performance will be determined by the Contracting Officer or his/her properly authorized representative, who will issue written task orders to the contractor. Award of task orders will be on a firm fixed price basis. The work to be acquired under this solicitation is for new construction, renovation, and/or repair, by design-build or design-bid-build, of wet utilities projects at various Government installations located in California, Arizona, Nevada, Utah, Colorado, and New Mexico. However, it is anticipated that the majority of the work will be performed in California. Projects may include, but are not limited to: water, steam, wastewater, storm sewer, pumping stations, treatment plants, storage tanks, and related work. All structures (including buildings) that are integral parts of the water, steam, wastewater, pumping stations, treatment plants, and storage tanks are included. This contract will not include waterfront/marine construction or petroleum, oils, and lubricant (POL) systems construction. The North American Industry Classification System (NAICS) code is 237110 (Water and Sewer Line and Related Structures), and the annual size standard is $45 million. The period of performance for the basic contracts will be for a base period of two (2) years. Each contract contains six (6) one-year option periods of one (1) year each for a total maximum duration of eight (8) years. The estimated maximum dollar value, including the base and option periods, for all contracts combined is $249,000,000. The only work authorized under this contract is work ordered by the government through issuance of a task order. Task orders will range between $300,000 and $20,000,000. Task orders may fall below or above this limit; however, contractors are not obligated to accept such task orders under the general terms of the contract. The government makes no representation as to the number of task orders or actual amount of work to be ordered; however, upon award of the contract, a minimum of $5,000 is guaranteed to be awarded to each awardee for the performance period of the contract. Contractors are not guaranteed work in excess of the minimum guarantee. The Government intends to evaluate proposals and award contract(s) without discussions. Selection for award will be based on evaluation of the following: Phase One: Factor 1 - Technical Approach, Factor 2 - Experience, Factor 3 - Past Performance, and Factor 4 - Safety; Phase Two: Factor 5 - Technical Solution (based on Proposed Task Order 0001); and Factor 6 - Price (based on Proposed Task Order 0001). Source Selection procedures will be used and award may be made to the offeror(s) whose proposal is the most advantageous and offers the best value to the government, price and other factors considered. No hard copies will be provided. IT IS THE CONTRACTOR?S RESPONSIBILITY TO CHECK THE WEBSITE DAILY FOR ANY AMENDMENTS TO THIS SOLICITATION. Prospective offerors MUST register themselves on the website. Plan holders lists will not be faxed and will be available only at the website listed above. A sources sought notice (N6247323R1411) for this procurement was posted on February 16, 2023, on the SAM.gov website, and a market survey was conducted that included an assessment of relevant qualifications and capabilities of potentially qualified firms. As a result of the market research analysis, a determination was made to solicit this procurement as a 100% small business set-aside. The U.S. Small Business Administration (SBA) San Diego District Office and the NAVFAC SW small business office concurred with this decision.

Posted: Aug. 5, 2024, 10:35 a.m. EDT
Posted: Oct. 24, 2023, 11:49 a.m. EDT
Posted: Oct. 17, 2023, 5:15 p.m. EDT
Posted: Oct. 5, 2023, 4:05 p.m. EDT
Posted: Oct. 3, 2023, 3:58 p.m. EDT
Posted: Sept. 7, 2023, 12:07 p.m. EDT
Posted: Aug. 31, 2023, 4:50 p.m. EDT
Background
This procurement is for a multiple award construction contract (MACC) being advertised as a 100% total set-aside for small business concerns.

The agency intends to award approximately five or more Indefinite Delivery Indefinite Quantity (IDIQ) construction contracts to responsible offerors whose proposals conforming to the Request for Proposal (RFP) will be most advantageous to the Government.

The work is focused on new construction, renovation, and/or repair of wet utilities projects at various Government installations located in California, Arizona, Nevada, Utah, Colorado, and New Mexico. The majority of the work is anticipated to be performed in California.

Work Details
The contract encompasses a range of construction tasks related to wet utilities projects. This includes:
- water systems
- steam systems
- wastewater systems
- storm sewer systems
- pumping stations
- treatment plants
- storage tanks

All structures integral to these systems are included in the scope. Notably excluded from this contract are waterfront/marine construction and petroleum, oils, and lubricant (POL) systems construction. Task orders will be issued on a firm fixed price basis with values ranging from $300,000 to $20 million.

Period of Performance
The period of performance for the basic contracts will be for a base period of two years with six one-year option periods available for a total maximum duration of eight years.

Place of Performance
The geographic locations for the projects include various Government installations in California, Arizona, Nevada, Utah, Colorado, and New Mexico.

Overview

Response Deadline
Sept. 12, 2024, 5:00 p.m. EDT (original: Oct. 16, 2023, 5:00 p.m. EDT) Past Due
Posted
Aug. 31, 2023, 4:50 p.m. EDT (updated: Aug. 22, 2024, 7:34 p.m. EDT)
Set Aside
Small Business (SBA)
Place of Performance
San Diego, CA United States
Source

Current SBA Size Standard
$45 Million
Pricing
Fixed Price
Evaluation Criteria
Best Value
Est. Level of Competition
Average
Est. Value Range
$249,000,000 (value based on agency estimated range)
Vehicle Type
Indefinite Delivery Contract
Signs of Shaping
75% of obligations for similar contracts within the Department of the Navy were awarded full & open.
On 8/31/23 NAVFAC Southwest issued Solicitation N6247323R1411 for IDIQ MACC for New Construction, Renovation, and Repair of Wet Utilities Projects at Various Government Installations Located in CA, AZ, NV, UT, CO, and NM due 9/12/24. The opportunity was issued with a Small Business (SBA) set aside with NAICS 237110 (SBA Size Standard $45 Million) and PSC Y1JZ.
Primary Contact
Name
Shane Mahelona   Profile
Phone
(619) 705-4631

Secondary Contact

Name
HAROLD HAYES   Profile
Phone
(619) 705-4646

Documents

Posted documents for Solicitation N6247323R1411

Question & Answer

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

Opportunity Lifecycle

Procurement notices related to Solicitation N6247323R1411

Award Notifications

Agency published notification of awards for Solicitation N6247323R1411

IDV Awards

Indefinite delivery vehicles awarded through Solicitation N6247323R1411

Contract Awards

Prime contracts awarded through Solicitation N6247323R1411

Incumbent or Similar Awards

Contracts Similar to Solicitation N6247323R1411

Potential Bidders and Partners

Awardees that have won contracts similar to Solicitation N6247323R1411

Similar Active Opportunities

Open contract opportunities similar to Solicitation N6247323R1411

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE NAVY > NAVFAC > NAVFAC PACIFIC CMD > NAVFAC SW > NAVFAC SOUTHWEST
FPDS Organization Code
1700-N62473
Source Organization Code
500045870
Last Updated
Aug. 22, 2024
Last Updated By
shane.k.mahelona.civ@us.navy.mil
Archive Date
Sept. 29, 2025