Search Contract Opportunities

Indefinite Delivery Indefinite Quantity, Multiple Award Construction Contract for General Construction Projects within NAVFAC Washington Area of Responsibility Washington D.C., Maryland & Virginia Small Business Set-Aside   4

ID: N4008023R0022 • Type: Presolicitation • 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?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

PRE-SOLICITATION NOTICE

This notice does NOT constitute a request for proposal, request for quote or invitation for bid. The intent of this synopsis is to make notice of a proposed contract action for Indefinite Delivery/Indefinite Quantity (ID/IQ) Design-Build (DB)/Design-Bid-Build (DBB), Small Business (SB) Multiple Award Construction Contract (MACC) for General Construction Projects primarily in the Washington D. C., Maryland and Virginia Areas of Responsibility (AOR).

PROJECT DESCRIPTION

This contract(s) will require the ability to manage multiple service task orders concurrently across the identified AOR. This MACC will encompass a wide range of DB and DBB projects that include, but are not limited to, new construction, demolition, repair, alteration, and renovation of buildings systems and infrastructure. Types of facilities may include, but not limited to, administrative, industrial, maintenance, warehouses, communications, personnel support, recreation, lodging, medical, training, ranges, airfields, hangers, roads, etc. Lead or asbestos abatement may be required. Work in explosive facilities may be required. The selected contractor(s) will be responsible for all labor, supervision, engineering, design, materials, equipment, tools, parts, supplies, and transportation to perform all of the services described in the drawings and specifications provided for each individual project.

It is anticipated that approximately eight (8) contracts will be awarded as a result of this potential solicitation unless more or less than eight (8) is determined to be the best value to the government by the Source Selection Authority.

Projects awarded on this MACC will have an estimated construction cost of approximately $2,000,000 to $15,000,000; however, smaller and larger dollar value projects may be considered at the discretion of the Contracting Officer. The resulting contracts will have an aggregate capacity of $750 Million and will include 2-year base ordering period, plus two (2) 3-year ordering period options.

Firms shall demonstrate a minimum bonding capacity per project of at least $15,000,000 and an aggregate bonding capacity of $95,000,000.

The procurement method utilized is the Federal Acquisition Regulation (FAR) Part 15, Contracting by Negotiation.

This solicitation is being advertised as a Small Business Set-Aside. This source selection procurement requires both non-price (technical and past performance) and price proposals and will utilize the best value continuum process at FAR 15.101-1, Tradeoff. The basis for evaluation and evaluation factors for award will be included in the solicitation.

The appropriate Northern American Industry Classification System (NAICS) code for this procurement is 236220 Commercial and Institutional Building Construction, and the Small Business Size Standard is $45,000,000.

This is a new procurement. It does not replace an existing contract. No prior contract information exists.

The contract term will be a base period of two (2) years from the date of contract award with 2 (two) three-year option periods, not to exceed 96 months.

This office anticipates award of a contract for these services by January 2024.

Based on the market research conducted for this procurement, there is a reasonable expectation that two or more capable small businesses will propose on this requirement. Successful award and completion of the requirements can be achieved by soliciting this contract as a Small Business Set-Aside, as stated in the DD2579, Small Business Coordination Record. The NAVFAC Assistant Deputy Director for Small Business concurred with the recommendation on 03 February 2022. On 08 February 2022, the Small Business Administration (SBA) Procurement Center Representative (PCR) approved the DD2579.

The Request for Proposal (RFP) will be issued on or about 01 September 2023. All documents will be in Adobe PDF file format and downloadable from the PIEE and Sam.gov websites. The official address to the solicitation is https://piee.eb.mil and https://www.sam.gov. Contractors are encouraged to register for the solicitation when downloading from the website. Only registered contractors will be notified by email when amendments to the solicitation are issued. A free Acrobat Reader, required to view the PDF files, can be downloaded from the Adobe website.

IMPORTANT NOTICE: All prospective offerors must be registered in the System for Award Management (SAM). You must have an active registration in SAM to do business with the federal government. For additional information, go to https://www.sam.gov.

Questions regarding this notice should be directed to Deanna Ward at deanna.d.ward.civ@us.navy.mil.

Overview

Response Deadline
None
Posted
June 27, 2023, 1:03 p.m. EDT (updated: June 27, 2023, 5:03 p.m. EDT)
Set Aside
Small Business (SBA)
Place of Performance
Not Provided
Source

Current SBA Size Standard
$45 Million
Pricing
Likely Fixed Price
Evaluation Criteria
Best Value
Est. Level of Competition
Average
Odds of Award
82%
Vehicle Type
Indefinite Delivery Contract
On 6/27/23 Naval Facilities Engineering Command issued Presolicitation N4008023R0022 for Indefinite Delivery Indefinite Quantity, Multiple Award Construction Contract for General Construction Projects within NAVFAC Washington Area of Responsibility Washington D.C., Maryland & Virginia Small Business Set-Aside. The opportunity was issued with a Small Business (SBA) set aside with NAICS 236220 (SBA Size Standard $45 Million) and PSC Y1AZ.
Primary Contact
Name
DEANNA WARD   Profile
Phone
(202) 685-8411

Documents

Posted documents for Presolicitation N4008023R0022

Question & Answer

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

Opportunity Lifecycle

Procurement notices related to Presolicitation N4008023R0022

Award Notifications

Agency published notification of awards for Presolicitation N4008023R0022

IDV Awards

Indefinite delivery vehicles awarded through Presolicitation N4008023R0022

Contract Awards

Prime contracts awarded through Presolicitation N4008023R0022

Protests

GAO protests filed for Presolicitation N4008023R0022

Incumbent or Similar Awards

Contracts Similar to Presolicitation N4008023R0022

Potential Bidders and Partners

Awardees that have won contracts similar to Presolicitation N4008023R0022

Similar Active Opportunities

Open contract opportunities similar to Presolicitation N4008023R0022

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE NAVY > NAVFAC > NAVFAC ATLANTIC CMD > NAVFAC WASHINGTON > NAV FAC ENGINEERING CMD WASHINGTON
FPDS Organization Code
1700-N40080
Source Organization Code
100076577
Last Updated
April 1, 2024
Last Updated By
deanna.d.ward@navy.mil
Archive Date
April 1, 2024