Search Contract Opportunities

firm-fixed-price (FFP) Design-Build/Design-Bid-Build (DB/DBB) Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC), MCB CamLej, MCAS Cherry Point and MCAS New River   4

ID: N4008519R9048 • 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

PRE-SOLICITATION NOTICE 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 of an unrestricted firm-fixed-price (FFP) Design-Build/Design-Bid-Build (DB/DBB) Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC) for construction projects primarily in the Marine Corps Base Camp Lejeune, Marine Corps Air Station Cherry Point, and Marine Corps Air Station New River areas of responsibility (AOR). The need is to assist in execution of the Fiscal Years (FY) 2019 through FY2021 Military Construction (MILCON) program and to address the extensive damage which occurred to these areas, as a result of Hurricane Florence in September 2018, for up to a maximum of five years. This MACC will encompass a wide range of DB and DBB construction 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 administrative, industrial, maintenance, warehouses, communications, personnel support, recreation, lodging, medical, training, ranges, and roads. Lead or asbestos abatement may be required. Work in explosive facilities and/or sites may be required. Work may be required in other areas in the area of responsibility of NAVFAC Mid-Atlantic if deemed necessary and approved by the NAVFAC Mid-Atlantic Chief of the Contracting Office. 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 unless the Source Selection Authority determines that award to more than five (5) offerors is appropriate. This solicitation is being advertised as Unrestricted for full and open competition. This is a one phase source selection procurement requiring both non-price (technical and past performance) and price proposals, and will utilize the best value continuum process at FAR 15.101-1, Tradeoff Process. The basis for evaluation and evaluation factors for award will be included in the solicitation. Large business concerns are required to submit a subcontracting plan prior to award of the contract. 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 $975,000,000.00 for the life of the contract. Projects for the MACC have an estimated construction cost between $15,000,000 and $50,000,000; however, smaller and larger dollar value projects may be considered at the discretion of the Contracting Officer. There are only minimum guarantees per contract with no yearly or per contractor limit, only the total five-year maximum of $975,000,000. The minimum guarantee for each contract is $5,000. Individual project task orders will be established to meet customer requirements with independent completion dates and liquidated damages, if required. Should a MACC contractor with a guaranteed minimum be unable to competitively secure a task order to meet the minimum guarantee, the Government reserves the right to negotiate a task order directly with that contractor. The proposed seed project for this solicitation is Project Q1394, Design-Bid-Build, Special Operations Forces Motor Transport Maintenance Expansion, Camp Lejeune, which will provide approximately 45,000 square feet of maintenance facilities, 12,000 square feet of applied instruction facilities, 8,000 square feet of storage facilities, 8,000 square feet of engineer shop, and miscellaneous supporting structures, utilities, parking, roadways, site work and demolition. The cost range for this seed project is between $15,000,000 and $25,000,000. The NAICS Code is 236220; $36.5M Competition Requirements: Unrestricted, Full and Open Competition 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 drawings and specifications for this project will be posted with the solicitation and are not available at this time. The Request for Proposal (RFP) will be issued on or about 13 May 2019. The solicitation will be listed as N40085-19-R-9048 on the Navy Electronic Commerce Online website (NECO). A Vendor User Guide is available for download at the site, as well as the NECO Help Desk contact phone number for any issues/questions related to the 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. 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: Holly Snow, Email: holly.snow@navy.mil

Overview

Response Deadline
None
Posted
April 24, 2019, 8:03 a.m. EDT (updated: April 24, 2019, 8:09 a.m. EDT)
Set Aside
None
Place of Performance
Not Provided
Source
SAM

Current SBA Size Standard
$45 Million
Pricing
Fixed Price
Evaluation Criteria
Best Value
Est. Level of Competition
Average
Odds of Award
82%
Vehicle Type
Indefinite Delivery Contract
On 4/24/19 Naval Facilities Engineering Command issued Presolicitation N4008519R9048 for firm-fixed-price (FFP) Design-Build/Design-Bid-Build (DB/DBB) Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC), MCB CamLej, MCAS Cherry Point and MCAS New River. The opportunity was issued full & open with NAICS 236220 and PSC Y.
Primary Contact
Name
Holly Snow 757-341-1046
Email
Phone
None

Documents

Posted documents for Presolicitation N4008519R9048

Question & Answer

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

Opportunity Lifecycle

Procurement notices related to Presolicitation N4008519R9048

Award Notifications

Agency published notification of awards for Presolicitation N4008519R9048

IDV Awards

Indefinite delivery vehicles awarded through Presolicitation N4008519R9048

Contract Awards

Prime contracts awarded through Presolicitation N4008519R9048

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Presolicitation N4008519R9048

Similar Active Opportunities

Open contract opportunities similar to Presolicitation N4008519R9048

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 24, 2019
Last Updated By
PI33_DR_IAE_51681
Archive Date
April 24, 2019