Search Contract Opportunities

Pre-Solicitation Design-Build / Design-Bid-Build Indefinite Delivery Indefinite Quantity (IDIQ) Firm Fixed Price Multiple Award Construction Contract (MACC) for facilities in the North Integrated Product Team (IPT) the Area of Responsibility (AOR)   4

ID: N4008519R9103 • Type: Presolicitation
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

This notice does NOT constitute a request for proposal, request for quote, or an invitation for bid. The intent of this pre-solicitation synopsis is to notify potential offerors for a Small Business set-aside Design-Build / Design-Bid-Build Indefinite Delivery Indefinite Quantity (IDIQ) Firm Fixed Price Multiple Award Construction Contract (MACC) for facilities in the North Integrated Product Team (IPT) the Area of Responsibility (AOR) to include Connecticut, Delaware, Illinois, Indiana, Maine, Massachusetts, New Hampshire, New Jersey, New York, Pennsylvania, Rhode Island, and Vermont. Construction projects to be performed under 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 and may include civil, structural, mechanical, electrical, fire protection, and communication systems. Types of facilities include administrative, industrial, maintenance, warehouses, hangars, communications, personnel support, recreation, lodging, dormitory, medical, training, ranges, roads, etc. 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. Work may be required in other areas in the area of responsibility of NAVFAC Mid-Atlantic if deemed necessary and approved by the Chief of Contracts.

The Government intends to award no more than five (5) contracts resulting from this solicitation to the responsible offerors whose proposals represent the best value after evaluation in accordance with the factors in the solicitation.

The proposed contract is limited to Small Business firms. The duration of the contract(s) is for one (1) year from the date of contract award with four (4) one-year option periods. The total five-year (base and four one year options) estimated construction cost for all contracts is not to exceed $249,000,000.00 for the life of the contract. Projects for the MACC have an estimated construction cost between $1,000,000 and $10,000,000; however, smaller and larger dollar value projects may be considered at the discretion of the Contracting Officer. The Government guarantees an award amount of $5,000.00 to each successful offeror over the full term of the contract, including option years.

The initial project to be awarded as the first task order along with the basic contract will be RM 16-1439, Design-Bid-Build, S91 Waste Water Treatment Plant Repair By Replacement, NWS Earle, Colts Neck, New Jersey. This project will consist of the repair, by replacement of the existing Waste Water Treatment Plant with a Sequential Batch Reactor (SBR) process treatment system:

The project will replace the existing trickling filter sewage treatment system to meet the future anticipate waste water flows more stringent discharge limits adopted by the New Jersey Pollution Discharge Elimination System (NJPDES) and to provide a more robust treatment process. To achieve this the secondary treatment system will be replaced with a new Sequential Batch Reactor (SBR) biological treatment process to provide an effective treatment system for removal of nitrogen. The contract will include providing new SBR tankage, equipment, power and controls for a complete treatment system at a rated capacity of 60,000 gallons per day (GPD) average design flow; upgrades to existing facilities, utilities and other infrastructure to support the new SBR treatment system; replacement of the existing sand filter control panel; demolition of process equipment no longer needed such as trickling filters, clarifiers, and other items. The Project will also expand the footprint of the existing treatment plant facility on its north side where the SBR tanks(s) will be constructed while the treatment plant remains in operation.

The cost range for this seed project is between $5,000,000 and $10,000,000

The NAICS Code is 236220; $39.5M

Competition Requirements: Small Business Set-Aside

Procurement Method: Contracting by Negotiation

Source Selection Process: Best Value, Tradeoff

Type of Contract: Firm Fixed Price, IDIQ

Offerors will be required to submit with their proposal a bid guarantee in a penal sum equal to at least 20 percent of the largest amount for which award can be made under the bid submitted, but in no case to exceed $3,000,000.

The Request for Proposal (RFP) will be issued on or about 20 April 2020. The solicitation will be listed as N4008519R9103 on the Beta Sam website. Ensure you register with the site so you will receive emails applicable to your solicitation in the event of any modifications/amendments, and/or any changes regarding this solicitation and/or solicitations of interest. Primary POC: Scott Schulz, Phone: (757) 341-0082, Email: scott.c.schulz1@navy.mil.

Overview

Response Deadline
None
Posted
April 3, 2020, 11:15 a.m. EDT
Set Aside
None
NAICS
None
Place of Performance
Not Provided
Source
SAM

Pricing
Fixed Price
Evaluation Criteria
Best Value
Est. Level of Competition
Average
Odds of Award
82%
Vehicle Type
Indefinite Delivery Contract
On 4/3/20 Naval Facilities Engineering Command issued Presolicitation N4008519R9103 for Pre-Solicitation Design-Build / Design-Bid-Build Indefinite Delivery Indefinite Quantity (IDIQ) Firm Fixed Price Multiple Award Construction Contract (MACC) for facilities in the North Integrated Product Team (IPT) the Area of Responsibility (AOR). The opportunity was issued full & open and PSC Y1AZ.
Primary Contact
Name
Scott Schulz   Profile
Phone
(757) 341-0082

Secondary Contact

Name
Elizabeth Carmack   Profile
Phone
(757) 341-1654

Documents

Posted documents for Presolicitation N4008519R9103

Question & Answer

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

Opportunity Lifecycle

Procurement notices related to Presolicitation N4008519R9103

Award Notifications

Agency published notification of awards for Presolicitation N4008519R9103

IDV Awards

Indefinite delivery vehicles awarded through Presolicitation N4008519R9103

Contract Awards

Prime contracts awarded through Presolicitation N4008519R9103

Protests

GAO protests filed for Presolicitation N4008519R9103

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Presolicitation N4008519R9103

Similar Active Opportunities

Open contract opportunities similar to Presolicitation N4008519R9103

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE NAVY > NAVFAC > NAVFAC ATLANTIC CMD > NAVFAC MID-ATLANTIC > NAVAL FAC ENGINEERING CMD MID LANT
FPDS Organization Code
1700-N40085
Source Organization Code
100513874
Last Updated
April 30, 2020
Last Updated By
PI33_DR_IAE_51681
Archive Date
April 30, 2020