N6945024R0169-NOTICE OF INTENT TO AWARD ON AN 8(a) SOLE SOURCE BASIS TO RYMARK-S&S JOINT VENTURE, LLC-Solicitation
ID: N6945024R0169Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVFACSYSCOM SOUTHEASTNAS JACKSONVILLE, FL, 32212-0030, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

CONSTRUCTION OF MISCELLANEOUS BUILDINGS (Y1JZ)

Set Aside

8(a) Sole Source (FAR 19.8) (8AN)
Timeline
    Description

    The Department of Defense, through the Naval Facilities Engineering Command Southeast (NAVFACSYSCOM SOUTHEAST), intends to award a construction contract on an 8(a) sole source basis to Rymark-S&S Joint Venture, LLC. This procurement involves an Indefinite Delivery Indefinite Quantity (IDIQ) contract for construction services, with a total value not to exceed $4,500,000 over a period of five years. The contract will focus on the construction of miscellaneous buildings, which is critical for supporting military operations and infrastructure. Interested parties can reach out to Sharon Warren at sharon.p.warren.civ@us.navy.mil or by phone at 229-639-6504 for further details.

    Point(s) of Contact
    Files
    No associated files provided.
    Similar Opportunities
    Y--Design-Build (DB) and Design-Bid-Build (DBB) Indefinite-Delivery/Indefinite Quantity (IDIQ), Multiple Award Construction Contract (MACC) for the North Florida/South Georgia Area of Responsibility
    Active
    Dept Of Defense
    Presolicitation notice from the Department of Defense, Department of the Navy, Naval Facilities Engineering Command Southeast (NAVFAC SE) for a Design-Build (DB) Indefinite-Delivery/Indefinite Quantity (IDIQ), Multiple Award Construction Contract (MACC) in the North Florida/South Georgia area. The contract is a total small business set-aside and will be awarded to approximately 5 contractors. The contract has a maximum value of $99,000,000 over the base year and four option periods. The work includes general construction projects such as aviation and aircraft facilities, marine facilities, barracks and personnel housing facilities, administrative facilities, warehouses and supply facilities, training facilities, personnel support and service facilities, security level facilities, and abatement and handling of hazardous/regulated materials. The source selection method is a best value continuum process in a negotiated two-phase acquisition utilizing the trade-off approach. The solicitation will be available for download from FedBizOpps website. Offerors must be registered with the System for Award Management (SAM) to be eligible for contract award.
    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.
    Y--IDIQ MULTIPLE AWARD CONSTRUCTION CONTRACT FOR FACILITIES PRIMARILY LOCATED WITH THE AREA OF RESPONSIBILITY OF NAVFAC MIDLANT,PWD NEW LONDON,CT AND PWD,NEWPORT, RI.
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE is seeking an 8(a) set-aside Design-Build / Design-Bid-Build Indefinite Delivery Indefinite Quantity (IDIQ) Firm Fixed Price Multiple Award Construction Contract (MACC) for activities within the mid-Atlantic region of the United States including support to Naval Submarine Base New London, CT and Naval Station Newport, RI. 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 $95,000,000.00 for the life of the contract. The initial project to be awarded is miscellaneous repairs to Naval Submarine Support Facility Buildings at Naval Submarine Base New London, CT. The NAICS Code is 236220.
    N6945024R0170-NOTICE OF INTENT TO AWARD ON AN 8(a) SOLE SOURCE BASIS TO BFA CONTRACTING INC. - Solicitation
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Southeast (NAVFACSYSCOM SOUTHEAST), intends to award a contract on an 8(a) sole source basis to BFA Contracting Inc. for miscellaneous repairs at the Marine Corps Logistics Base in Albany, Georgia. This procurement involves a single award Indefinite Delivery/Indefinite Quantity (IDIQ) Construction Contract, which will encompass various task orders with specific project requirements and performance standards over a five-year period, or until the contract value reaches $4.5 million. The repairs are crucial for maintaining the operational readiness and functionality of the base facilities. Interested parties can reach out to Melissa Keene at melissa.a.keene.civ@us.navy.mil or by phone at 229-639-6504 for further details.
    Y--IDIQ MACC FOR LARGE CONSTRUCTION PROJECTS, HAMPTON ROADS, Virginia NAVFAC MID-ATLANTIC
    Active
    Dept Of Defense
    Presolicitation notice from the Department of Defense, Department of the Navy, NAVFACSYSCOM MID-ATLANTIC, for a Design-Build (DB) / Design-Bid-Build (DBB) Indefinite Delivery Indefinite Quantity (IDIQ) Firm Fixed Price Multiple Award Construction Contract (MACC) for large construction projects in the Hampton Roads, Virginia area. The contract will primarily consist of general building type projects, including new construction, demolition, repair, alteration, and renovation of buildings, systems, and infrastructure. The projects may include civil, structural, mechanical, electrical, fire protection, and communication systems. 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 for one year with four one-year option periods, and the estimated construction cost is not to exceed $249,000,000. The first task order will be for the design and construction of a Marine Corps Bachelor Enlisted Quarters (BEQ) at Naval Weapons Station, Yorktown, Virginia, with an estimated construction cost between $25,000,000 and $100,000,000. The solicitation will be issued on or about December 15, 2017, and will be listed as N40085-18-R-1104 on the Navy Electronic Commerce Online website (NECO).
    Design-Bid-Build (BBD), Firm-Fixed-Price (FFP), Construction Contract for P021 Lighterage and Small Craft Facility at Marine Corp Support Facility (MCSF) Blount Island Command (BIC), Jacksonville, Florida.
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Navy, is soliciting proposals for a Design-Bid-Build (BBD), Firm-Fixed-Price (FFP) construction contract for the P021 Lighterage and Small Craft Facility at the Marine Corp Support Facility (MCSF) Blount Island Command (BIC) in Jacksonville, Florida. This procurement aims to establish a facility that will support lighterage and small craft operations, which are critical for enhancing operational capabilities and logistics for the Marine Corps. Interested contractors should note that the solicitation number is N69450-24-R-0003, and they can direct inquiries to Deborah Torrence at deborah.d.torrence2.civ@us.navy.mil or by phone at 904-542-6665, or to Lindsay Betteridge at LINDSAY.E.BETTERIDGE@NAVY.MIL or 912-409-3846 for further details.
    IDIQ JOC for Commercial and Institutional Building Construction Projects at Various Government Facilities located within the MCAS Yuma, AZ, AOR and Other Locations as Approved
    Active
    Dept Of Defense
    The Department of Defense, through NAVFAC Southwest, is seeking qualified contractors for an Indefinite Delivery Indefinite Quantity (IDIQ) Job Order Contract (JOC) focused on commercial and institutional building construction projects at various government facilities, primarily within the Marine Corps Air Station (MCAS) Yuma, Arizona area. The procurement aims to identify small businesses, including those certified under the SBA 8(a), HUBZone, Women-Owned, and Service-Disabled Veteran-Owned programs, with relevant experience and capabilities to undertake general construction, repair, and renovation projects. The total estimated contract value is $49 million over a potential five-year period, with task orders ranging from $2,000 to $1 million. Interested contractors must submit their qualifications, including project experience and bonding capacity, by 2:00 p.m. local time on October 2, 2024, to Michelle Barlow at michelle.g.barlow.civ@us.navy.mil.
    Y--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
    Active
    Dept Of Defense
    Presolicitation notice from the Department of Defense, Department of the Navy, and NAVFACSYSCOM MID-ATLANTIC for a Firm-Fixed-Price (FFP) Design-Build/Design-Bid-Build (DB/DBB) Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC). The contract aims to assist in the execution of the FY2019 through FY2021 Military Construction (MILCON) program and address the extensive damage caused by Hurricane Florence in September 2018. The contract will cover 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. The projects will include new construction, demolition, repair, alteration, and renovation of various types of facilities such as administrative, industrial, maintenance, warehouses, communications, personnel support, recreation, lodging, medical, training, ranges, and roads. The contract will have a duration of one year with four one-year option periods and a total estimated construction cost not to exceed $975,000,000. The solicitation will be issued on or about May 13, 2019, and will be listed as N40085-19-R-9048 on the Navy Electronic Commerce Online website (NECO). Prospective offerors must be registered in the System for Award Management (SAM) to do business with the federal government. For more information, contact Holly Snow at holly.snow@navy.mil.
    IDIQ MULTIPLE AWARD CONSTRUCTION CONTRACT (MACC) FOR NEW CONSTRUCTION, RENOVATION, AND REPAIR OF GENERAL BUILDING CONSTRUCTION AT VARIOUS GOVERNMENT INSTALLATIONS LOCATED IN CALIFORNIA, ARIZONA, NEVADA, UTAH, COLORADO, AND NEW MEXICO
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command Southwest (NAVFAC SW), is seeking qualified small businesses for an Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC) focused on new construction, renovation, and repair of general building construction at various government installations across California, Arizona, Nevada, Utah, Colorado, and New Mexico. The procurement aims to identify potential contractors with relevant experience in commercial and institutional building construction, specifically targeting Small Business Administration (SBA) certified 8(a), HUBZone, Women-Owned, and Service-Disabled Veteran-Owned businesses. The total estimated contract value is $1 billion, with task orders ranging from $4 million to $35 million, and the performance period spans a base of two years with an option for three additional years. Interested parties must submit their qualifications and relevant project experience by 2:00 p.m. Pacific Time on October 8, 2024, to Shane Mahelona at shane.k.mahelona.civ@us.navy.mil.
    IDIQ JOC Commercial and Institutional Building Construction Projects
    Active
    Dept Of Defense
    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, primarily within the Marine Corps Base Camp Pendleton and Naval Weapons Station Seal Beach areas of responsibility in California. 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.