Regional Job Order Contract (JOC) for General Construction
ID: N4425525R6000Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVFACSYSCOM NORTHWESTSILVERDALE, WA, 98315-1101, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

REPAIR OR ALTERATION OF MISCELLANEOUS BUILDINGS (Z2JZ)

Set Aside

8(a) Set-Aside (FAR 19.8) (8A)
Timeline
  1. 1
    Posted Feb 14, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 10, 2025, 12:00 AM UTC
  3. 3
    Due May 1, 2025, 7:00 PM UTC
Description

The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC) Northwest, is soliciting proposals for a Regional Job Order Contract (JOC) focused on general construction projects. This procurement aims to award a single Indefinite Delivery Indefinite Quantity (IDIQ) contract to an eligible 8(a) firm, which will provide labor, materials, equipment, and supervision for minor construction, repairs, rehabilitations, demolitions, or alterations at various installations within the NAVFAC Northwest Area of Responsibility. The contract will utilize the Lowest Price Technically Acceptable (LPTA) source selection process to ensure the best value for the government. Interested firms must submit their proposals in accordance with the Request for Proposal (RFP) guidelines, and for further inquiries, they can contact Cynthia Elmstrom at cynthia.m.elmstrom.civ@us.navy.mil or Carter Wilson at carter.a.wilson7.civ@us.navy.mil. The solicitation is set aside exclusively for 8(a) firms under NAICS code 236220, with amendments issued on March 6, 2025, March 13, 2025, and March 25, 2025.

Files
No associated files provided.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
Roofing Multiple Award Construction Contract
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC) Northwest, is soliciting proposals for a Roofing Multiple Award Construction Contract (MACC) focused on roofing construction, repair, and alteration of naval facilities across several states, primarily in Washington. This Indefinite Delivery/Indefinite Quantity (IDIQ) contract is exclusively set aside for small businesses, with a NAICS code of 238160 and a small business size standard of $19 million. The work will encompass various naval facilities within the NAVFAC Northwest Area of Responsibility, which includes Washington, Oregon, Idaho, Montana, Alaska, Iowa, Minnesota, North Dakota, South Dakota, Nebraska, and Wyoming. Interested contractors can reach out to Nancy Coffee at nancy.m.coffee.civ@us.navy.mil or Jodus Hortin at jodus.d.hortin.civ@us.navy.mil for further details.
Sources Sought - Indefinite Delivery/Indefinite Quantity (IDIQ) Job Order Contract (JOC) for General Construction Support at Naval Station Mayport and Blount Island Command (BIC) in Jacksonville, Florida.
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Command Southeast (NAVFAC SE), is seeking qualified 8(a) contractors for a firm fixed price Indefinite Delivery/Indefinite Quantity (IDIQ) Job Order Contract (JOC) to provide general construction support at Naval Station Mayport and Blount Island Command in Jacksonville, Florida. The contract will encompass a range of services including general construction, alterations, renovations, repairs, and hazardous material remediation, with a performance period of one base year and four optional one-year renewals, totaling a maximum of five years. The estimated total contract value is $4,500,000, with task orders ranging from $10,000 to $1,000,000. Interested contractors must submit a capabilities statement and respond to specific inquiries by April 24, 2025, to Stefanie Pérez Santiago at stefanie.perez-santiago.civ@us.navy.mil.
GRANDE Multiple Award Construction Contract (MACC)
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Command Northwest (NAVFACSYSCOM NORTHWEST), is soliciting proposals for the GRANDE Multiple Award Construction Contract (MACC), which encompasses an Indefinite Delivery/Indefinite Quantity (IDIQ) contract for various construction services. This contract will cover new construction, renovation, alteration, repair, and demolition of facilities primarily located in the NAVFAC Northwest Area of Operations, including states such as Washington, Oregon, Idaho, and others, with a significant portion of work anticipated in Washington. This opportunity is a total small business set-aside, with primary and secondary NAICS codes of 236220 and 237130, respectively, both having a small business size standard of $45 million. Interested parties should reach out to Shelby Flowers at shelby.l.flowers4.civ@us.navy.mil or Jodus Hortin at jodus.d.hortin.civ@us.navy.mil for further details, and should be aware of the amendments posted on the PIEE link for updates regarding the solicitation process.
N44255-25-R-1502, Pre-Solicitation Notice; NAVFAC NW – GRANDE MULTIPLE AWARD CONSTRUCTION CONTRACT (GRANDE MACC)
Buyer not available
The Department of Defense, through the NAVFACSYSCOM Northwest, is preparing to issue a presolicitation notice for the Grande Multiple Award Construction Contract (Grande MACC) under solicitation number N44255-25-R-1502. This opportunity is set aside for small businesses and focuses on commercial and institutional building construction, specifically involving the construction of miscellaneous buildings in Silverdale, Washington. The contract is significant for supporting various construction projects within the Navy's infrastructure, ensuring that facilities meet operational needs. Interested parties can reach out to Shelby Flowers at shelby.l.flowers4.civ@us.navy.mil or by phone at 360-396-0084, or contact Nancy Coffee at nancy.m.coffee.civ@us.navy.mil or 360-396-0262 for further information.
N44255-25-R-1503, Pre-Solicitation Notice -- NAVFAC Northwest VENTI Multiple Award Construction Contract (VENTI MACC)
Buyer not available
The Department of Defense, through the NAVFAC Northwest, is preparing to solicit proposals for the VENTI Multiple Award Construction Contract (VENTI MACC) aimed at commercial and institutional building construction in Silverdale, Washington. This contract will encompass a range of construction services, focusing on the construction of miscellaneous buildings, which are vital for supporting military operations and infrastructure. Interested contractors should note that the primary point of contact for this opportunity is Jodus Hortin, who can be reached at jodus.d.hortin.civ@us.navy.mil or by phone at 360-315-8317, with a secondary contact being Nancy Coffee at nancy.m.coffee.civ@us.navy.mil or 360-396-0262. Further details regarding the solicitation timeline and specific requirements will be provided in the forthcoming solicitation documents.
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.
Buyer not available
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.
Y--8(a) Set-Aside Design-Build/Design-Bid-Build Indefinite Delivery Indefinite Quantity (IDIQ)Firm Fixed Price Multiple Award Construction Contract (MACC)
Buyer not available
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.
Northwest Division Powerhouse Life Safety Upgrades Phase 1
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers Walla Walla District, is seeking interested contractors for the "Northwest Division Powerhouse Life Safety Upgrades Phase 1" project. This opportunity involves a Construction Indefinite Delivery, Indefinite Quantity (IDIQ) Multiple-Award Task Order Contract (MATOC) aimed at renovating and upgrading life-safety systems at hydroelectric powerhouses across various locations in the Pacific Northwest, including Washington, Oregon, and Idaho. The total procurement value is anticipated to be $99 million, with the intent to award up to four contracts, each featuring a three-year base period and two optional two-year extensions. Interested firms must submit their responses by April 25, 2025, to Chandra D. Crow at chandra.d.crow@usace.army.mil, including a capability statement and relevant project experience.
N4008425R0074: Commander Fleet Activities Sasebo DB/DBB MACC Amendment 0004 and Phase One Notice 3
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC) Far East, is soliciting proposals for a Firm Fixed Price (FFP) Indefinite Delivery/Indefinite Quantity (IDIQ) Design-Build (DB)/Design-Bid-Build (DBB) Multiple Award Construction Contract (MACC) for various construction projects at Commander Fleet Activities Sasebo (CFAS), Japan, and surrounding areas. This procurement aims to facilitate the repair and alteration of miscellaneous buildings, ensuring that the facilities meet operational requirements and standards. The awarded contracts will play a crucial role in maintaining and enhancing the infrastructure necessary for military operations in the region. Interested contractors can reach out to Heather Seibold at heather.a.seibold.civ@us.navy.mil or Teresa Aguon at teresa.f.aguon.civ@us.navy.mil for further information regarding the solicitation process.
N44255-24-R-2500 WEST SOUND BASE OPERATIONS SUPPORT SERVICES
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Command Northwest (NAVFACSYSCOM NORTHWEST), is seeking proposals for Base Operations Support Services at Naval Base Kitsap, Washington. This procurement aims to provide comprehensive facilities support services, which are crucial for maintaining operational readiness and efficiency at the naval base. Interested contractors should note that the solicitation falls under the NAICS code 561210, focusing on Facilities Support Services, and the PSC code S216, which pertains to housekeeping and facilities operations support. For further inquiries, potential bidders can contact Liliana Sanchez at liliana.m.sanchez.civ@us.navy.mil or Cynthia Swink at cynthia.l.swink.civ@us.navy.mil, with the primary contact number being 360-396-6707.