Search Contract Opportunities

INDEFINITE DELIVERY INDEFINITE QUANTITY (IDIQ) MULTIPLE AWARD CONSTRUCTION CONTRACT (MACC) FOR RENOVATION, REPAIR, AND NEW CONSTRUCTION, OF MEDICAL FACILITY CONSTRUCTION AT VARIOUS GOVERNMENT INSTALLATIONS LOCATED IN CA, AZ, NV, UT, CO, NM, WA, AND HI   11

ID: N6247321R1411 • Type: Special Notice
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

Posted: May 13, 2021, 7:19 p.m. EDT

Naval Facilities Engineering Systems Command, Southwest (NAVFAC SW), San Diego, California, is preparing to release a Solicitation for a Firm-Fixed Price (FFP), Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC) for renovation, repair, and new construction, of medical facility construction at various government installations located in California, Arizona, Nevada, Utah, Colorado, New Mexico, Washington and Hawaii. This is a competitive procurement being solicited by full and open competition under the North American Industry Classification System (NAICS) Code 236220 Commercial and Institutional Building Construction.

The purpose of this Special Notice is to advise firms interested in proposing on the Medical MACC that NAVFAC SW will be holding an Industry Forum via MS Teams on 10 June 2021 prior to the posting of the pre-solicitation synopsis and solicitation. The purpose of the industry forum is to provide prospective offerors the opportunity to review the Government's Draft Evaluation Factors and provide feedback and/or ask questions prior to RFP issuance. Those firms who are interested in attending the Industry Forum shall email the names, phone number, and email address of a maximum of two attendees to Anna.Kurzeja@navy.mil NO LATER THAN 28 May 2021. Your firm will be added to the MS Teams event and will be notified by email of the exact time and instructions on how to join the meeting.

The Contract term is for a two year base period and two (2), three-year option periods, for a maximum total maximum period of eight (8) years. The aggregate maximum dollar value of this procurement, including the base year and the option period under the resulting contracts shall not exceed $1,000,000,000. Task Orders awarded from this contract will range between $15,000,000 and $100,000,000. The Government makes no representation as to the number of task orders or actual amount of work to be ordered. The minimum guarantee is $5,000 for the performance period of the resulting contracts.

This acquisition will utilize the two-phase Design Build Selection procedures of FAR subpart 36.3. The Phase One non-price proposal will address the Offeror's technical approach, construction experience, and past performance. The Phase One evaluation will result in a determination of the most highly qualified Offerors. These Offerors will be requested to submit a Phase Two proposal. Approximately eight (8) or more offerors will be selected to submit a Phase Two proposal.

Phase Two of the solicitation will be comprised of a technical and price proposal, which will be evaluated separately in accordance with FAR Part 15.1. The Phase Two technical proposal will address the Offeror's technical solution to proposed task order (PTO) 0001, the safety program and small business participation. The Phase Two proposal will include the Offeror's price for PTO 0001.

The following evaluation factors are applicable to the acquisition:

Phase One:

Factor 1 Technical Approach

Factor 2 Construction Experience

Factor 3 Past Performance

Phase Two:

Factor 4 - Safety

Factor 5 - Technical Solution - Based on Proposed Task Order 0001

Factor 6 - Small Business Participation

Factor 7 - Price - Based on Proposed Task Order 0001

The objective of the MEDICAL MACC is to obtain design-build (DB) and design-bid-build (DBB) Construction services for the renovation, repair, and new construction of medical treatment facility projects at various Government installations located in California, Arizona, Nevada, Utah, Colorado, New Mexico, Washington and Hawaii.

Enclosures to this Notice include DRAFT MEDICAL MACC Evaluation Factors. NOTE: Questions or comments can be submitted via email, preferably no later than 28 May 2021 to allow time to prepare for the industry forum.

The pre-solicitation synopsis will be posted to the Federal Opportunities website at www.beta.sam.gov in the month of June 2021. The solicitation/RFP will be posted to the Federal Opportunities website at www.beta.sam.gov in the month of July 2021. These are estimated timelines and provided for informational and planning purposes only. THE SOLICITATION/RFP WILL BE AVAILABLE IN ELECTRONIC FORMAT ONLY. No CDs or hard copies will be provided.

IT IS THE CONTRACTOR'S RESPONSIBILITY TO CHECK THE BETA.SAM.GOV WEBSITE AT HTTPS://BETA.SAM.GOV DAILY FOR THE POSTING OF THE PRE-SOLICITATION SYNOPSIS, POSTING OF THE SOLICITATION/RFP, AND POSTING OF ANY AND ALL AMENDMENTS TO THIS SOLICITATION. Prospective Offerors MUST register themselves on the aforementioned website. Interested Vendors Lists will not be faxed or emailed and will be available only at the Beta.SAM.gov website address listed above.

Posted: May 12, 2021, 7:39 p.m. EDT
Posted: May 11, 2021, 11:24 a.m. EDT
Background
The Naval Facilities Engineering Systems Command, Southwest (NAVFAC SW), San Diego, California, is preparing to release a Solicitation for a Firm-Fixed Price (FFP), Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC) for renovation, repair, and new construction of medical facility construction at various government installations located in California, Arizona, Nevada, Utah, Colorado, New Mexico, Washington and Hawaii. This is a competitive procurement being solicited by full and open competition under the North American Industry Classification System (NAICS) Code 236220 – Commercial and Institutional Building Construction.

Work Details
The objective of the MEDICAL MACC is to obtain design-build (DB) and design-bid-build (DBB) Construction services for the renovation, repair, and new construction of medical treatment facility projects at various Government installations located in California, Arizona, Nevada, Utah, Colorado, New Mexico, Washington and Hawaii. The contract term is for a two year base period and two (2), three-year option periods, for a maximum total maximum period of eight (8) years.
The aggregate maximum dollar value of this procurement, including the base year and the option period under the resulting contracts shall not exceed $1,000,000,000. Task Orders awarded from this contract will range between $15,000,000 and $100,000,000. The Government makes no representation as to the number of task orders or actual amount of work to be ordered. The minimum guarantee is $5,000 for the performance period of the resulting contracts.

Period of Performance
The contract term is for a two year base period and two (2), three-year option periods, for a maximum total maximum period of eight (8) years.

Place of Performance
The geographic locations where the construction projects will be performed include California, Arizona, Nevada, Utah, Colorado, New Mexico, Washington and Hawaii.

Overview

Response Deadline
May 28, 2021, 5:00 p.m. EDT Past Due
Posted
May 11, 2021, 11:24 a.m. EDT (updated: May 13, 2021, 7:19 p.m. EDT)
Set Aside
None
PSC
None
Place of Performance
CA United States
Source
SAM

Current SBA Size Standard
$45 Million
Pricing
Fixed Price
Vehicle Type
Indefinite Delivery Contract
On 5/11/21 NAVFAC Southwest issued Special Notice N6247321R1411 for INDEFINITE DELIVERY INDEFINITE QUANTITY (IDIQ) MULTIPLE AWARD CONSTRUCTION CONTRACT (MACC) FOR RENOVATION, REPAIR, AND NEW CONSTRUCTION, OF MEDICAL FACILITY CONSTRUCTION AT VARIOUS GOVERNMENT INSTALLATIONS LOCATED IN CA, AZ, NV, UT, CO, NM, WA, AND HI due 5/28/21.
Primary Contact
Name
Anna S. Kurzeja   Profile
Phone
(619) 532-3929

Secondary Contact

Name
Mica C. Paulson   Profile
Phone
None

Documents

Posted documents for Special Notice N6247321R1411

Question & Answer

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

Opportunity Lifecycle

Procurement notices related to Special Notice N6247321R1411

Award Notifications

Agency published notification of awards for Special Notice N6247321R1411

IDV Awards

Indefinite delivery vehicles awarded through Special Notice N6247321R1411

Contract Awards

Prime contracts awarded through Special Notice N6247321R1411

Protests

GAO protests filed for Special Notice N6247321R1411

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Special Notice N6247321R1411

Similar Active Opportunities

Open contract opportunities similar to Special Notice N6247321R1411

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
June 12, 2021
Last Updated By
mica.paulson@navy.mil
Archive Date
June 12, 2021