IDIQ JOC Commercial and Institutional Building Construction Projects
ID: N6247324R2701Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVFACSYSCOM SOUTHWESTSAN DIEGO, CA, 92132-0001, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

REPAIR OR ALTERATION OF OTHER ADMINISTRATIVE FACILITIES AND SERVICE BUILDINGS (Z2AZ)

Set Aside

SBA Certified Women-Owned Small Business (WOSB) Program Set-Aside (FAR 19.15) (WOSB)
Timeline
    Description

    The Department of Defense, through the Naval Facilities Engineering Command Southwest (NAVFACSYSCOM), is soliciting proposals for an Indefinite Delivery Indefinite Quantity (IDIQ) Job Order Contract (JOC) focused on commercial and institutional building construction projects. This contract is specifically set aside for SBA Certified Women-Owned Small Businesses (WOSB) and encompasses repairs, alterations, renovations, and new construction at various government installations, particularly within the Marine Corps Base Camp Pendleton and Naval Weapons Station Seal Beach areas of responsibility. The procurement is crucial for maintaining and enhancing the operational capabilities of these facilities, ensuring they meet current standards and requirements. Interested parties should note that the proposal due date has been extended to September 24, 2024, and can direct inquiries to Michelle Barlow at michelle.g.barlow.civ@us.navy.mil or by phone at 619-705-4672.

    Point(s) of Contact
    Files
    No associated files provided.
    Similar Opportunities
    IDIQ JOC FOR ELECTRICAL CONTRACTORS AND OTHER WIRING INSTALLATION CONTRACTORS PROJECTS AT VARIOUS GOVERNMENT FACILITIES LOCATED WITHIN THE MCLB BARSTOW, MCAGCC 29 PALMS, MWTC BRIDGEPORT, AND NAWS CHINA LAKE, CAIFORNIA AOR AND OTHER LOCATIONS AS APPROVED
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Southwest (NAVFACSYSCOM), is seeking qualified electrical contractors for an Indefinite Delivery Indefinite Quantity (IDIQ) Job Order Contract (JOC) focused on electrical and wiring installation projects at various government facilities in California. The contract aims to provide construction, supervision, equipment, and labor for alterations, repairs, and replacements of electrical systems, with a total estimated value of $35 million over a potential eight-year period. Interested small businesses must register in the System for Award Management (SAM) and are encouraged to prepare for the Request for Proposal (RFP), which will be available electronically around September 19, 2024. For further inquiries, contact Billie Crockett at billie.p.crockett.civ@us.navy.mil or call 619-705-4674.
    N62473-24-R-3210 Pre-Solicitation Notice
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command Southwest (NAVFAC SW), is issuing a pre-solicitation notice for a competitive contract titled N62473-24-R-3210. This opportunity involves a 100% small business set-aside for a firm-fixed price, indefinite delivery-indefinite quantity (IDIQ) base operating support contract at Naval Base Coronado, California, focusing on facilities support services. The contract is crucial for maintaining operational readiness and ensuring the effective management of facilities operations, including housekeeping services. Interested small businesses should contact Christine Roundy at christine.a.roundy.civ@us.navy.mil or 619-705-4937, or Christopher Jennen at christopher.j.jennen.civ@us.navy.mil or 619-705-4920 for further details.
    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
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command Southwest (NAVFACSYSCOM), is soliciting proposals for a Multiple Award Construction Contract (MACC) focused on new construction, renovation, and repair of wet utilities projects across various government installations in California, Arizona, Nevada, Utah, Colorado, and New Mexico. This procurement is a total small business set-aside and will utilize a two-phase design-build selection process, aiming to award approximately five or more Indefinite Delivery Indefinite Quantity (IDIQ) contracts for projects that may include water, steam, wastewater, storm sewer systems, and related infrastructure. The estimated maximum value of the contracts is $249 million, with task orders ranging from $300,000 to $20 million, and a minimum guarantee of $5,000 for each awardee. Interested contractors should contact Shane Mahelona at shane.k.mahelona.civ@us.navy.mil or Harold Hayes at harold.w.hayes10.civ@us.navy.mil for further details, and must monitor the solicitation website for updates and amendments.
    BOSC for Naval Weapons Station Seal Beach
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Southwest, is soliciting proposals for an 8(a) small business set-aside contract for Base Operating Support Contract Services at Naval Weapons Station Seal Beach, California, covering the fiscal years 2025-2030. The contract encompasses a range of recurring and non-recurring services, including facilities support, custodial services, pest control, waste management, grounds maintenance, and utilities management, as detailed in the Performance Work Statement. These services are critical for maintaining operational readiness and supporting the infrastructure at the naval station and its detachments in Norco and Fallbrook, California. Interested contractors should reach out to Christopher Dela Cruz at christopher.r.delacruz.civ@us.navy.mil or 619-705-4922, or Abigail Ferdon at abigail.c.ferdon.civ@us.navy.mil or 619-705-4935 for further information.
    Job Order Contract (JOC) Region A - W15QKN-24-R-5015
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Contracting Command - New Jersey, is soliciting proposals for a Job Order Contract (JOC) designated as W15QKN-24-R-5015, aimed at acquiring construction services for real property repair, maintenance, minor construction, and asbestos abatement. The contract will primarily involve task orders for general building renovations, road and pavement repairs, and various environmental works, including but not limited to excavation, plumbing, demolition, electrical, structural, mechanical, and concrete work. This opportunity is specifically set aside for 8(a) firms serviced by the Small Business Administration Offices in New York (excluding Long Island), Massachusetts, Maine, Vermont, New Hampshire, Rhode Island, and parts of Pennsylvania. Interested parties can reach out to Shannon Harvey at shannon.e.harvey3.civ@army.mil or call 609-562-4243 for further details.
    INDO-PACIFIC MULTIPLE AWARD CONSTRUCTION CONTRACT FOR PROJECTS IN THE NAVFAC PACIFIC AREA OF OPERATIONS
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command Pacific (NAVFAC Pacific), is soliciting proposals for an Indefinite Delivery, Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC) to support various construction projects in the Indo-Pacific region, particularly under the Pacific Deterrence Initiative. The contract will encompass a wide range of construction services, including design-build projects for new facilities, renovations, and upgrades across multiple countries, including the Philippines, Australia, and Vietnam, with a maximum aggregate value of $990 million over a performance period not exceeding eight years. This initiative is crucial for enhancing military infrastructure and operational capabilities in the region, ensuring compliance with U.S. and local regulations. Interested contractors must submit their proposals by September 10, 2024, and can direct inquiries to Adele Murakami at adele.m.murakami.civ@us.navy.mil or Ann Saki-Eli at ann.h.sakieli.civ@us.navy.mil.
    Indefinite Delivery/Indefinite Quantity (IDIQ) Design-Build/Design-Bid-Build (DB/DBB) Multiple Award Construction Contract (MACC) for U.S. Navy Support Facility, Diego Garcia, British Indian Ocean Territory (B.I.O.T.)
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Navy, is soliciting proposals for an Indefinite Delivery/Indefinite Quantity (IDIQ) Design-Build/Design-Bid-Build (DB/DBB) Multiple Award Construction Contract (MACC) for the U.S. Navy Support Facility located in Diego Garcia, British Indian Ocean Territory. This procurement aims to establish a MACC that will facilitate task orders for various construction projects, including new construction, renovations, and routine maintenance, primarily focused on general building types. The contract will span a five-year base period with an option for an additional three years, allowing for a total duration of up to eight years and a maximum aggregate value of $1.5 billion, with task orders ranging from $150,000 to $50 million. Interested parties should note that operations and construction contracts for this facility are restricted to joint ventures between U.S. and U.K. firms, unless no qualified offers are received. For further inquiries, contact Janeen Bais at janeen.m.bais.civ@us.navy.mil or Kyong Yu at kyong.h.yu2.civ@us.navy.mil.
    Design-Build/Design-Bid-Build, Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC) for General Construction Services for NAVFAC Mid-Atlantic's Marine Corps Installations (MCI) East AOR
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC) Mid-Atlantic, is seeking qualified small businesses to participate in a Sources Sought notice for a Design-Build/Design-Bid-Build, Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC) for general construction services across Marine Corps Installations in North Carolina, South Carolina, and Georgia. The objective is to identify capable contractors who can manage multiple concurrent task orders involving a range of projects, including new construction, demolition, and renovation of various facilities, with an estimated total contract value not exceeding $975 million over five years. Interested firms must demonstrate relevant experience through completed projects, with specific bonding capacity requirements and a focus on prime contractor roles, and must submit their responses by September 12, 2024, to James Godwin at james.a.godwin41.civ@us.navy.mil.
    Z2DA--John Cochran VAMC Job Order Contract (JOC) IDIQ 2024
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the John Cochran Veterans Affairs Medical Center (VAMC) Job Order Contract (JOC) under solicitation number 36C25524R0060. This Indefinite Delivery Indefinite Quantity (IDIQ) contract focuses on commercial and institutional building construction, specifically for the repair or alteration of hospitals and infirmaries. The initiative is crucial for enhancing infrastructure and services for veterans, ensuring that the facilities meet high standards of safety and functionality. Interested contractors must submit a completed Surety Form by August 22, 2024, and are encouraged to attend a pre-bid meeting scheduled for August 19, 2024, at 11:00 AM. For further inquiries, potential bidders can contact Contract Specialist Sean P. Jackson at Sean.Jackson@va.gov.
    Y--8(a) Set-Aside Design-Build/Design-Bid-Build Indefinite Delivery Indefinite Quantity (IDIQ)Firm Fixed Price Multiple Award Construction Contract (MACC)
    Active
    Dept Of Defense
    Presolicitation notice from the Department of Defense, Department of the Navy, NAVFACSYSCOM MID-ATLANTIC office, for an 8(a) set-aside Design-Build/Design-Bid-Build Indefinite Delivery Indefinite Quantity (IDIQ) Firm Fixed Price Multiple Award Construction Contract (MACC). The contract is primarily for construction projects in support of Air Station Oceana, Joint Expeditionary Base Little Creek-Ft. Story, and Naval Air Station Yorktown in the Hampton Roads area, Virginia. The projects will include general building type projects such as new construction, demolition, repair, alteration, and renovation of buildings, systems, and infrastructure. The facilities to be constructed include administrative, industrial, maintenance, warehouses, hangars, communications, personnel support, recreation, lodging, dormitory, medical, training, ranges, and roads. The contract is limited to certified 8(a) firms and has a duration of one year with four one-year option periods. The estimated construction cost for all contracts is not to exceed $95,000,000. The NAICS Code is 236220. The Request for Proposal (RFP) will be issued in November 2017.