Multiple Award Construction Contract (MACC) - Large Scale Military Projects
ID: N4008025R9500Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVFACSYSCOM WASHINGTONWASHINGTON NAVY YARD, DC, 20374-5018, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

CONSTRUCTION OF MISCELLANEOUS BUILDINGS (Y1JZ)
Timeline
  1. 1
    Posted Mar 13, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 21, 2025, 12:00 AM UTC
  3. 3
    Due May 6, 2025, 6:00 PM UTC
Description

The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC), is soliciting proposals for a Multiple Award Construction Contract (MACC) focused on large-scale military projects in Washington D.C., Maryland, and Virginia. This Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract will encompass general construction projects, including design-build and design-bid-build methodologies, with a total contract value not to exceed $8 billion over an eight-year period. The projects will involve various construction activities such as new construction, renovation, and infrastructure improvements, supporting facilities like administrative buildings, warehouses, and maintenance hangars. Interested contractors must submit proposals by May 6, 2025, and are encouraged to contact Molly Lawson at molly.lawson@navy.mil or Vivienne Moore at vivienne.e.moore.civ@us.navy.mil for further information.

Files
Title
Posted
Apr 21, 2025, 9:05 PM UTC
The NAVFAC/USACE Past Performance Questionnaire (Form PPQ-0) serves to assess contractor performance on federal contracts. The document is structured to collect essential information from contractors and clients about contract details, service quality, timeliness, customer satisfaction, management, financial management, safety, and general performance metrics. Contractors provide their details and specify their role in the project, while clients evaluate performance using a rating system with categories from Exceptional (E) to Unsatisfactory (U). The questionnaire covers aspects such as quality of work, schedule compliance, client satisfaction, and management effectiveness. Completion of the questionnaire by clients is mandated before submission to NAVFAC, emphasizing that this evaluation can impact future proposals. Furthermore, the form assures information verification and encourages open communication between clients and contractors to resolve issues efficiently. Overall, the PPQ-0 is critical for accountability in government contracting and aids the assessment of performance risks when selecting contractors for future projects.
Apr 21, 2025, 9:05 PM UTC
The document is a Price Proposal Form for the N4008025R9500 project concerning the Aircraft Development and Maintenance Facility at PAX River. It outlines the necessary contract line items (CLINs) where bidders must provide pricing for work related to the facility's development and construction. Key items include the base price for the facility, several optional enhancements like translucent panels, a bridge crane, a specialized floor coating, security systems, and audiovisual equipment. The proposal stipulates requirements for unit pricing, stating that any failure to provide a price will result in rejection of the bid. Additionally, it provides guidelines for optional work regarding Furniture, Fixtures, and Equipment (FF&E). The government reserves the right to award these options within a specified timeframe. The document emphasizes the importance of fixed pricing and the inclusion of supporting infrastructure in the proposals. Overall, it serves as a structured request for pricing and details required for the successful construction and development of the facility, adhering to federal contract standards.
Apr 21, 2025, 9:05 PM UTC
The document outlines the Price Proposal Form for the N4008025R9500 contract regarding the development and maintenance of an Aircraft Development and Maintenance Facility at PAX River. It specifies various contract line items (CLINs) for bidders to submit pricing for, including a base price for the entire facility (CLIN 0001) and several optional items for enhancements such as translucent panels, bridge cranes, floor coatings, and security systems (CLIN 0002 to CLIN 0009). Bidders are instructed to fill in unit prices and totals; discrepancies will lead to unit prices being deemed the intended bid. The Government reserves the right to award specific options within a year of contract award. A firm fixed price is required for the primary items, with detailed specifications referenced for optional equipment. The document emphasizes completeness in bidding, stating that failure to provide prices for any CLIN will result in rejection of the proposal, reflecting standard government procurement practices for RFPs and contracts.
Apr 21, 2025, 9:05 PM UTC
The document appears to be a technical notice regarding Adobe Reader capabilities rather than content directly related to government RFPs, grants, or local proposals. It emphasizes ensuring the right software is used for viewing PDF files, specifically Adobe Reader, to access necessary information. There are references to trademarks associated with Windows, Mac, and Linux operating systems but no substantive content from a government file accessible in this instance. The overall purpose seems to communicate the importance of software compatibility to enhance the user experience in accessing federal grants or proposals, with no specific data or details about any programs or initiatives being presented.
Apr 21, 2025, 9:05 PM UTC
The Department of the Navy's Naval Facilities Engineering Systems Command (NAVFACSYSCOM) has issued a Justification and Approval (J&A) to utilize the brand name Safespill Ignitable Liquid Drainage Floor Assemblies (ILDFA) Fire Suppression System for the P-691 Aircraft Development and Maintenance Facility at Naval Air Station Patuxent River, MD. This system, which is environmentally safe and water-based, replaces traditional Aqueous Film Forming Foam (AFFF) systems due to increasing regulatory restrictions surrounding AFFF's hazardous chemicals. The J&A outlines that no other vendors can provide an ILDFA compliant with current requirements, as demonstrated by a lack of responses to a recent sources sought announcement. The anticipated costs have been found fair and reasonable, and the contracting officer has validated the necessity of this system by highlighting its alignment with sustainability goals, potential cost savings, and compliance with National Fire Protection Association standards. The approval underscores the urgent need for an effective fire suppression solution while addressing environmental and public health concerns related to the use of AFFF systems. Efforts will continue to monitor industry capacity to ensure future competition for similar needs.
Apr 21, 2025, 9:05 PM UTC
The document outlines the solicitation for an Indefinite-Delivery/Indefinite-Quantity (IDIQ) Multiple Award Construction Contract (MACC) aimed at large-scale U.S. military projects within Washington D.C., Maryland, and Virginia, specifically for the Navy’s P-691 Phase II Aircraft Development and Maintenance Facility at NAS Patuxent River. The procurement seeks proposals from contractors with capabilities in Design-Build (DB) and Design-Bid-Build (DBB) projects. Key points include a pre-proposal conference held with strict guidelines, and an overview of evaluation factors that will influence contractor selection, including management approach, corporate experience, past performance, safety, and small business utilization. The document details procurement milestones, with proposals due by April 29, 2025, and outlines the scope of work, which involves extensive construction and specific project requirements such as the demolition of hazardous materials. An 8-year contract will be awarded, with a total capacity not to exceed $8 billion. Offerors must be registered in the System for Acquisition Management (SAM) and follow guidelines to ensure timely proposal submissions. This solicitation reflects the government's ongoing commitment to support military infrastructure through competitive contracting processes.
Apr 21, 2025, 9:05 PM UTC
Apr 21, 2025, 9:05 PM UTC
The document outlines the procedures and requirements for submitting a Contractor Base Access Visit Request, adhering to the Privacy Act of 1974. It serves as a formal request for contractors needing access to government facilities, detailing necessary information across various sections. Key elements include specifying the purpose of the visit, point of contact, requester data, company information, contract specifics, and contractor/visitor details. Each section requires mandatory fields like the contractor's name, position, and personal identification information. Designers must indicate if access to classified information is needed, the duration of the contract, and other logistical details such as work location and essential personnel status. This document operates within the framework of federal government RFPs, ensuring security protocols are maintained while granting appropriate access for contractors as part of government projects or support operations.
Apr 21, 2025, 9:05 PM UTC
The document is an amendment to a solicitation concerning an Indefinite-Delivery/Indefinite-Quantity (IDIQ) Construction Contract for large-scale military projects located in Washington D.C., Maryland, and Virginia. It outlines changes to the original solicitation, including specifications for accessing documents related to Project P-691, which involves an Aircraft Maintenance Hangar. Interested bidders must request access through specified contacts, adhering strictly to handling requirements for Controlled Unclassified Information (CUI). The amendment also provides a Price Proposal Form and details site visit arrangements, requesting coordination for personnel access. Additionally, it includes responses to inquiries from potential offerors regarding missing documents and project timelines, advising that updates will occur in subsequent amendments. Overall, this amendment ensures clarity and compliance among bidders while facilitating effective communication and access to necessary project materials.
Apr 21, 2025, 9:05 PM UTC
The document outlines an amendment to the solicitation for a Design-Build/Design-Bid-Build Indefinite-Delivery/Indefinite-Quantity Multiple Award Construction Contract for significant military projects in the D.C., Maryland, and Virginia area. Major changes include a revised proposal due date of April 29, 2025, and updated instructions for proposal submissions, emphasizing the necessity for Early registration in the PIEE solicitation module. The text clarifies that late proposals will not be accepted and outlines specific requirements for proposal submission, including updated definitions for recent construction experience. Additionally, the amendment modifies the terms regarding liquidated damages and extends the timeline for project completion to 801 calendar days post-award. Noteworthy deletions include specific Project Labor Agreement requirements, emphasizing adjustments based on the latest government guidelines. This comprehensive amendment aims to ensure clarity and compliance among contractors while facilitating robust project execution, reflecting the government's intent to improve the bidding process for military construction projects. The document emphasizes adherence to new federal guidelines and provides further clarification on specific inquiry responses.
Apr 21, 2025, 9:05 PM UTC
This document serves as an amendment to solicitation N40080-25-R-9500, which pertains to a Design-Build/Design-Bid-Build Indefinite-Delivery/Indefinite-Quantity construction contract for large-scale U.S. military projects in Washington D.C., Maryland, and Virginia. The amendment includes critical updates such as timing details for a Preproposal Conference and Site Visit scheduled for April 9, 2025, along with revised submission requirements specified in the solicitation. Key revisions require participants to complete base access forms by April 4, 2025, and also introduce updated documentation for solicitation, including Justifications and Approvals for the Task Order Seed Project (P-691). Additional changes include the reformatting of submission text requirements and the inclusion of multiple revised attachments related to vendor registration, past performance, and small business participation. The document emphasizes that participants must adhere to the updated access protocols to attend the conference and site visit, stressing the contractor's responsibility for timely arrivals and safety compliance. Overall, the amendment aims to refine proposal procedures, enhance clarity in requirements, and facilitate effective contractor participation in upcoming projects.
Apr 21, 2025, 9:05 PM UTC
The document outlines Amendment 0005 to the solicitation N40080-25-R-9500 for a multiple-award construction contract aimed at large-scale U.S. military projects in Washington D.C., Maryland, and Virginia. This amendment introduces updated instructions for a preproposal conference and site visit, including access requirements for the PAX River Base. It revises various solicitation sections, emphasizing changes to submission requirements and attachments for proposals. Key updates include the narrative length for task order proposals, site visit attendance procedures, and responses to previous proposer inquiries regarding organizational chart submissions, contractor experience, and small business participation. These changes ensure clarity and compliance in the bidding process, alongside addressing vendor questions, enhancing the overall solicitation’s effectiveness for potential contractors. The amendments encourage engagement from relevant small businesses while adhering to federal contracting regulations.
Apr 21, 2025, 9:05 PM UTC
The document is an amendment to a solicitation for a Design-Build/Design-Bid-Build Indefinite-Delivery/Indefinite-Quantity (IDIQ) Multiple Award Construction Contract (MACC) for large-scale U.S. military projects in Washington D.C., Maryland, and Virginia. The amendment includes important details such as the provision of a Preproposal Conference and Site Visit, addition of revised price proposal forms, and responses to inquiries that clarify project specifications. Key changes include revisions to instructions and attachments, updates on pricing, and specifications related to project management, site conditions, and materials used. It emphasizes requirements for bidders, including the acknowledgment of amendments to avoid rejection of offers. The document serves to ensure compliance and clarity in the bidding process, enhancing understanding between the government and potential contractors about expectations and project specifications within the context of federal contracting processes.
Apr 21, 2025, 9:05 PM UTC
This document is an amendment to solicitation N4008025R-9500 regarding a Design-Build/Design-Bid-Build Indefinite-Delivery/Indefinite-Quantity (IDIQ) Multiple Award Construction Contract (MACC) for large-scale U.S. military projects in the Washington D.C., Maryland, and Virginia areas. The amendment extends the proposal due date from April 29, 2025, to May 6, 2025, and incorporates a final Geotechnical Report as an attachment, along with responses to several inquiries related to the project specifications. Key changes include clarifications on small business participation rates and requirements, request for proposal validity, and the inclusion of geotechnical information vital for proposal preparation. The document details various inquiries from potential offerors and the government’s responses, addressing topics such as audio-visual system budget allowances, design experience requirements, and logistics plan submissions. The amendment underscores the government's effort to provide clarity on project expectations, ensuring a transparent bidding process while encouraging participation from small business firms. Overall, this modification is essential for maintaining a fair and structured solicitation process for the contracting opportunities associated with the MACC project.
Apr 21, 2025, 9:05 PM UTC
The document pertains to an amendment (0008) for solicitation N40080-25-R-9500 related to a Multiple Award Construction Contract (MACC) for large scale U.S. military projects in the D.C. area. The amendment primarily addresses revisions in design documents and responses to submitted inquiries (PPIs) concerning construction specifications. Key revisions are outlined for various specification sections and drawing sheets, which include clarifications on installation requirements for plumbing systems, materials specifications, and project scheduling related to the demolition of existing structures. Answers to inquiries further clarify responsibilities regarding certain installations, such as gas lines and electrical systems, and establish timelines for associated projects, ensuring that contractors clearly understand the scope and requirements. The amendment emphasizes the need for detailed compliance with technical specifications and the importance of acknowledging receipt of this amendment to avoid proposal rejections. Overall, it underscores the significance of meticulous planning and coordination in executing military construction projects, reflecting the government's stringent approach toward compliance and project success.
Apr 21, 2025, 9:05 PM UTC
The document outlines Amendment 0001 for solicitation N4008025R9500, a Design-Build/Design-Bid-Build Indefinite-Delivery/Indefinite-Quantity Multiple Award Construction Contract (MACC) for U.S. military projects in D.C., Maryland, and Virginia. Key changes include an updated offer receipt date of April 15, 2025, and revisions to proposer instructions and contract clauses. The solicitation aims to award approximately nine contracts, including reserved opportunities for small businesses, with a total value not exceeding $8 billion over eight years. The amendment details the evaluation criteria for contractor proposals, emphasizing price, past performance, safety, management approach, and small business utilization. Firms must demonstrate relevant construction experience, financial capability, and a commitment to safety and small business participation. Each offeror is required to submit a variety of documentation, including past performance evaluations and safety records. The initial task order will involve constructing a facility at Naval Air Station Patuxent River, MD. The solicitation reflects the government's intent to foster competition and achieve high-value outcomes while ensuring compliance with regulations aimed at maximizing small business involvement. This structured approach exemplifies federal procurement processes targeting substantial military construction needs.
Apr 21, 2025, 9:05 PM UTC
The Geotechnical Engineering Report for the P-691 DBB Aircraft Development and Maintenance Facilities in Patuxent River, MD, outlines subsurface exploration results aimed at guiding construction practices. The report includes site conditions, geotechnical characterization, and recommendations for earthwork, foundation design, and pavement construction. Principal findings indicate variable soil conditions requiring careful consideration, particularly in structural load-bearing areas. The document recommends pre-consolidation measures to mitigate substantial post-construction settlement due to compressible clay layers. It advises specific fill types, compaction standards, and drainage protocols to ensure the site's stability. Ground improvement strategies, like Impact Piers and Rigid Inclusions, are proposed to support varying structural loads. The findings guide contractors in achieving compliance with design requirements while ensuring safety and durability in the proposed facilities' foundations and pavements. The report serves a crucial role in ensuring the project's structural integrity and environmental compliance, aligning with government RFP and compliance standards in federal and local contexts.
Feb 26, 2025, 7:06 PM UTC
The Department of the Navy is issuing a pre-solicitation notice for a multiple award construction contract (MACC) aimed at large-scale general construction projects in the Washington D.C., Maryland, and Virginia areas. Solicitation No: N40080-25-R-9500 outlines that this contract will employ a firm-fixed-price model under both Design-Build and Design-Bid-Build methodologies. Covering a wide array of facilities, the work includes construction, demolition, repair, and renovation across various types of buildings and systems. The contract span is eight years, with a total funding ceiling of $8 billion. The solicitation promotes full and open competition while requiring large business offerors to submit a small business subcontracting plan. Interested parties are directed to access the solicitation via the Procurement Integrated Enterprise Environment (PIEE) and must be registered in the System for Award Management (SAM) to participate. The anticipated issuance of the Request for Proposals (RFP) is expected around March 2025. All amendments and updates will only be available electronically, emphasizing the importance of regular checks on the designated website.
Apr 21, 2025, 9:05 PM UTC
The document pertains to a utility plan for construction at the Naval Air Station Patuxent River in Maryland, as part of the FY2024 Military Construction (MILCON) initiative. It outlines various underground utility components, specifying types and sizes of pipes, including domestic water lines, sanitary sewers, storm drains, and electrical and communication lines. The plan includes critical details such as the placement of cleanouts, valves, and manholes, as well as requirements for verifying existing utilities. The document emphasizes adherence to safety regulations and coordination with utility companies to manage the installation efficiently. Its organized structure includes labeled keynotes and general notes to support construction planning while ensuring compliance with government standards. Overall, this utility plan reflects a significant effort to improve infrastructure at the facility while maintaining safety and operational integrity.
Apr 21, 2025, 9:05 PM UTC
The document outlines the foundation plans for an Aircraft Development and Maintenance Facility at Naval Air Station Patuxent River as part of the FY2024 MILCON P691. It provides detailed engineering specifications, including different slab-on-grade designs, reinforcement requirements, and guidelines for vapor retarders and joint sealing. The plans indicate various concrete and masonry specifications, emphasizing structural integrity and drainage considerations. Key features include a 15-mil vapor retarder beneath all slabs, with distinct compositions for 5", 6", 8", and 14" slabs noted for structural reinforcement. The document stresses that all installations must comply with the relevant engineering standards and local regulations, including environmental and safety protocols. It also reflects the collaborative effort among licensed professionals to guarantee compliance and safety standards in the project. The summary captures the essential components of construction requirements, specifications, and safety measures, highlighting the government’s commitment to effective infrastructure development.
Apr 21, 2025, 9:05 PM UTC
The document pertains to the structural engineering plans for the Aircraft Development and Maintenance Facility located at the Naval Air Station Patuxent River, as part of FY2024 Military Construction Project P691. It outlines detailed structural notes and specifications for the low roof framing plans across different areas (A and C). Key elements include the design specifications for roof beams, joists, and deck materials, emphasizing compliance with engineering standards, such as spacing and load capacity. Additionally, it provides information on the maximum operating weights for mechanical equipment, which must be verified by the contractor before proceeding with any construction or equipment submittals. Notable safety and structural integrity measures are highlighted, including the requirement for detailed load calculations and joist framing guidelines. The document maintains a formal tone and serves as a foundational guideline for engineering and construction practices required for the facility's development, reflecting adherence to federal project standards and engineering certainties. The outlined plans illustrate the commitment to robust structural safety and compliance in military construction projects.
Apr 21, 2025, 9:05 PM UTC
The document outlines a detailed footing schedule for an engineering project involving various types and dimensions of concrete footings, particularly for an aircraft development and maintenance facility managed by the Naval Facilities Engineering Systems Command. It specifies footing types based on their dimensions, required depth, and reinforcement requirements, indicating configurations for both standard and tension tie footings. Key considerations include the necessary reinforcement bars, their arrangement, and specific notes addressing unique situations at certain columns. Additionally, the document denotes required capacities for tension anchors and outlines project details, such as approvals and engineering certifications. This technical document is vital for contractors submitting bids and ensures compliance with engineering standards necessary for the integrity of the facility’s foundations. Overall, it serves as a critical resource within the context of federal construction requests for proposals (RFPs) by providing structured technical specifications to guide construction practices.
Apr 21, 2025, 9:05 PM UTC
The document details specifications for the cast-in-place concrete work for Phase 2 of the P691 Aircraft Development and Maintenance Facility at Naval Air Station Patuxent River, MD. It outlines references to standard codes and practices from organizations such as the American Concrete Institute, ASTM International, and U.S. Army Corps of Engineers, among others. Key aspects include definitions, submittals, quality assurance measures, environmental requirements, and specifics for the concrete mix design, materials, and execution. Emphasis is placed on using locally sourced materials, minimizing environmental impact, and ensuring compliance with testing and certification standards. The plan calls for comprehensive testing protocols and submission of detailed data for certification to ensure the integrity and durability of concrete structures. Additionally, it highlights the need for sustainable practices in material selection and handling. This document is essential for guiding contractors in meeting government standards and ensuring successful project completion.
Apr 21, 2025, 9:05 PM UTC
The document outlines specifications for soil improvements using densified aggregate piers or rigid inclusions at the Naval Air Station Patuxent River as part of the Aircraft Development and Maintenance Facility project. The main purpose is to enhance soil bearing conditions and tension capacities for foundations. Contractors may choose between aggregate piers or rigid inclusions, with performance criteria specifying allowable bearing pressure and settlement limits. The project requires coordination between various parties for surcharging and soil improvement installation, as well as extensive monitoring and testing procedures to ensure design compliance. Key design parameters include specific bearing pressures of 4,000 psf for spread footings and a minimum modulus of 100 pci for both systems. Subsurface investigations will inform design decisions, with provisions for pre-drilling, testing, and quality control measures mandated throughout the construction process. The document emphasizes the importance of utilizing experienced designers and installers and mandates independent geotechnical oversight to validate installation practices. The detailed guidelines and requirements provided will support the successful execution of this critical infrastructure project within established safety and performance standards, illustrating the government's approach to ensuring quality and reliability in federal construction initiatives.
Apr 21, 2025, 9:05 PM UTC
The document outlines specifications for stormwater utilities in the second phase of the Aircraft Development and Maintenance Facility at Naval Air Station Patuxent River, MD. It details unit pricing for various components such as pipe culverts, box culverts, storm drainage structures, walls, and headwalls, specifying measurements and payment structures. The document also lists standards for materials and construction methods, referencing industry publications from AASHTO and ASTM that guide acceptable practices and materials. Key construction requirements include guidelines on excavation, backfilling, installation of pipes, and jointing, emphasizing proper materials, techniques, and adherence to quality control procedures. Key stipulations include the necessity for sturdy bedding and protection from environmental impacts during installation, along with responsibilities for testing and inspection after completion. Overall, the purpose of the document is to set forth clear standards and guidelines for contractors involved in stormwater management projects, ensuring compliance with federal regulations, safety, and functionality. This is particularly relevant in the context of government RFPs as it establishes the baseline expectations for procurement and contract execution within public works.
Apr 21, 2025, 9:05 PM UTC
The document outlines specifications for the overhead electric bridge cranes to be installed at the Naval Air Station Patuxent River, Maryland, as part of the Aircraft Development and Maintenance Facility Phase 2 project. It details various standards and references relevant publications from recognized organizations like ANSI, ASME, and ASTM that govern crane design and safety. Key elements include crane design criteria, operational requirements, and mandatory safety standards, specifying that the cranes must support a rated capacity of 15,000 pounds, operate in specified hazardous environments, and comply with rigorous electrical and mechanical standards. Additionally, the document highlights quality assurance measures, including inspections, certifications, and the qualifications needed for manufacturers and professionals involved. The objective of this specification is to ensure the safe and efficient operation of the cranes within the designated facility, while also aligning with federal and local safety regulations. It emphasizes the importance of adhering to stipulated design parameters and safety protocols to mitigate risks associated with crane operations. Overall, this document serves a critical role in guiding contractors and manufacturers in delivering compliant and functional equipment for military applications.
Similar Opportunities
N4425525R1504 Waterfront MACC, NAVFAC Northwest
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC) Northwest, is preparing to solicit proposals for a Waterfront Multiple Award Construction Contract (MACC) aimed at addressing construction needs within its area of responsibility, primarily in Washington State. This procurement will encompass a range of construction activities, including new construction, renovation, and repair of marine facilities such as piers, wharves, and docks, with a total contract value not to exceed $700 million and individual task orders ranging from $100,000 to $200 million. Interested contractors should note that the solicitation is expected to be issued in May 2025, with a two-phase proposal process and a minimum guarantee for all MACC awardees. For further inquiries, potential offerors can contact Emily Slate at emily.m.slate.civ@us.navy.mil or Nancy Coffee at nancy.coffee@navy.mil.
Design Build and Design Bid Build Indefinite Delivery Indefinite Quantity Medium Multiple Award Construction Contract for the NAVFAC Area of Operations
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Systems Command Southeast (NAVFAC SE), is seeking qualified small businesses to participate in a Design-Build and Design-Bid-Build Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC) for various construction projects within its area of operations, primarily in the southeastern United States. The contract will encompass new construction, renovation, alteration, and repair of medium general construction projects, including facilities such as barracks, administrative buildings, and medical facilities, with a total funding ceiling of $1.5 billion over five years. Interested small businesses must submit proposals electronically via the Procurement Integrated Enterprise Environment (PIEE) after the solicitation is released, which is expected to occur within 15 days of this presolicitation notice, with Phase-One proposals due no earlier than 30 days thereafter. For further inquiries, contact Matthew Abbott at matthew.j.abbott5.civ@us.navy.mil or Marina 'Gaby' Mote at marina.g.mote.civ@us.navy.mil.
P158 BACHELOR ENLISTED QUARTERS AND SUPPORT FACILITY, MARINE BARRACKS WASHINGTON, DC AMENDMENT P00001
Buyer not available
The Department of Defense, through the Naval Facilities Systems Command, is soliciting proposals for the P158 Bachelor Enlisted Quarters and Support Facility project at Marine Barracks in Washington, D.C. This large-scale construction initiative, designated as N40080-25-R-7071, involves the development of a multi-rise, mixed-use facility that will include Unaccompanied Enlisted Housing, a dining hall, and a fitness center, with a budget ranging from $100 million to $250 million and a completion timeline of 979 days from the Notice to Proceed. The project is critical for enhancing living conditions for enlisted personnel and will be awarded to selected contractors from a list of MACC holders, with electronic submissions due by February 25, 2025. Interested parties should direct inquiries to Lindsay Brown or Damila Adams, and a pre-proposal conference is scheduled for January 29, 2025, emphasizing the need for compliance with wage determinations and bonding requirements throughout the project lifecycle.
Y--IDIQ MACC FOR LARGE CONSTRUCTION PROJECTS, HAMPTON ROADS, Virginia NAVFAC MID-ATLANTIC
Buyer not available
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).
MULTIPLE AWARD CONSTRUCTION CONTRACT (MACC) – NSWC Crane
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane, is soliciting proposals for a Multiple Award Construction Contract (MACC) to support various construction projects in Indiana. This Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract has an estimated total value of up to $48.7 million, with a minimum firm-fixed-price of $500 for awarded contracts, and emphasizes the importance of small business participation, targeting at least 40% of subcontracted dollars to small businesses. Offerors must demonstrate their technical capabilities, management approaches, and past performance while adhering to specific proposal formatting and content guidelines. Interested parties should contact Aaron Hohl at aaron.m.hohl.civ@us.navy.mil for further details and ensure they are registered in the necessary government systems to participate in this competitive procurement process.
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) aimed at 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 focus on the roofing contractors under NAICS code 238160, which has a small business size standard of $19 million. The contract will cover work in the NAVFAC Northwest Area of Responsibility, which includes Washington, Oregon, Idaho, Montana, Alaska, Iowa, Minnesota, North Dakota, South Dakota, Nebraska, and Wyoming. Interested parties 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.
IDIQ MACC SMALL BUSINESS SET-ASIDE FOR NEW CONSTRUCTION, RENOVATION, AND REPAIR OF ROOFING PROJECTS AT VARIOUS GOVERNMENT INSTALLATIONS
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Systems Command Southwest, is soliciting proposals for a multiple award construction contract (MACC) set aside for small businesses, focusing on new construction, renovation, and repair of roofing projects at various government installations. The procurement aims to award approximately three or more Indefinite Delivery Indefinite Quantity (IDIQ) contracts, with work primarily anticipated in California, covering a range of roofing systems and associated tasks, including installation, maintenance, and emergency repairs. The total estimated value of the contracts is $200 million, with task orders ranging from $100,000 to $7.5 million, and a minimum guarantee of $5,000 for each awardee. Interested contractors should contact Elson Muzada at elson.g.muzada.civ@us.navy.mil or Jaime Flores at jaime.r.flores4.civ@us.navy.mil for further details, and must register on the SAM.gov website to access the solicitation, which will be available in electronic format only.
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 is a Total Small Business Set-Aside opportunity. This Indefinite Delivery/Indefinite Quantity (IDIQ) contract will cover new construction, renovation, alteration, repair, and demolition of facilities primarily located in the NAVFAC Northwest Area of Operations, with a significant focus on the state of Washington. The contract is vital for maintaining and enhancing military infrastructure, and it encompasses various construction services under the NAICS codes 236220, 237130, and 237310, each with a small business size standard of $45 million. Interested parties can 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 they should refer to the PIEE link for amendments and updates related to the solicitation.
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
Buyer not available
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.
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.