Y--8(a) Set-Aside Design-Build/Design-Bid-Build Indefinite Delivery Indefinite Quantity (IDIQ)Firm Fixed Price Multiple Award Construction Contract (MACC)
ID: N4008518R1109Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVFACSYSCOM MID-ATLANTICNORFOLK, VA, 23511-0395, USA

PSC

CONSTRUCT OF STRUCTURES/FACILITIES (Y)

Set Aside

8(a) Set-Aside (FAR 19.8) (8A)
Timeline
    Description

    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.

    Point(s) of Contact
    Barbara Williamson-Garris 757-341-1388
    Files
    No associated files provided.
    Similar Opportunities
    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).
    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.
    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.
    NUWCDIVNPT Multiple Award Construction Contract (MACC)
    Active
    Dept Of Defense
    Presolicitation notice issued by the Department of Defense, Department of the Navy, NUWC DIV Newport, for a Multiple Award Construction Contract (MACC) in Newport, RI. The MACC will have a total contract period of five years and will include various projects such as roofing, renovations, HVAC, painting, paving, low impact development, environmental/hazardous material abatement, and concrete/foundation work. The contractor will be responsible for providing management, labor, materials, equipment, transportation, supervision, and security controls for maintenance, repair, and minor construction projects at NUWCDIVNPT. The estimated contract value is over $10,000,000. The procurement is a 100% small business set-aside, and the NAICS code is 236220. The RFP is expected to be released in December 2023. Potential offerors must be registered in SAM to be eligible for award. Contact information for inquiries is provided.
    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.
    Z--RM12-2050 Renovation of UPH-BEQ Building 3606, JEB Little Creek-Fort Story, Virginia Beach, VA
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking to repair and renovate UPH-BEQ Building 3606 in JEB Little Creek-Fort Story, Virginia Beach, VA. The project aims to bring the facilities up to Q1 rating to comply with the Defense Planning Guidance. The scope of work includes replacing major building systems, reconfiguring room layouts, replacing sanitary waste drain lines, replacing electrical breaker panels, replacing ventilation system and ducts, meeting Antiterrorism/Force Protection standards, power washing exterior walls, replacing emergency lighting and exit signs, providing additional video security cameras, upgrading security monitoring system, replacing trash dumpster enclosures, replacing elevators, replacing fire alarm and detection system, providing natural gas potable hot water boilers, incorporating landscaping site improvements, replacing the heating and cooling system, providing temporary heating and cooling for another building, removing interconnection of mechanical systems, installing cybersecurity commissioning, installing fire sprinkler system, and replacing the roof. The estimated construction cost is between $25,000,000 and $100,000,000. The anticipated award of the contract is June 2017, with a completion time of 572 calendar days after award.
    Z--Indefinite Delivery / Indefinite Quantity (IDIQ) Regional Painting and Wall Covering contract for the Hampton Roads, Virginia, Area of Responsibility
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE is seeking eligible 8(a) firms for an Indefinite Delivery / Indefinite Quantity (IDIQ) Regional Painting and Wall Covering contract for the Hampton Roads, Virginia, Area of Responsibility. The contract includes interior and exterior painting, vinyl wall covering removal and installation, sandblasting, water blasting, lead base paint abatement, and other maintenance repairs and preparations associated with painting and wall covering. The work is located in various naval bases and facilities in the Hampton Roads Area of Virginia. The estimated performance period is five years with a total estimated cost between $10,000,000 to $25,000,000. The solicitation will be available on or about 30 November 2018. Contractors must be registered in the System for Award Management (SAM) database.
    Z--Maintenance and Repair Multiple Award Construction Contracts
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE (DEPT OF THE NAVY) is seeking Maintenance and Repair Multiple Award Construction Contracts primarily at Marine Corps Base Camp Lejeune and Marine Corps Air Station New River, North Carolina and surrounding areas. The contracts will cover a diverse range of general maintenance and repair construction services for small work requirements. These services are typically used to correct or repair situations including structural, mechanical, plumbing, electrical, civil, grounds, road, pavement work, communication systems, new construction, demolition flooring, painting, etc. The estimated project size is between $5,000 - $150,000, but projects of lower or higher value may be issued. The buildings and facilities that require maintenance and repair include administrative, industrial, warehouses, maintenance, communications, schools/training/education, personnel support, recreational, food services, training areas/ranges, roads, systems, utility infrastructure, etc. The work will primarily be performed at Marine Corps Base Camp Lejeune, with the possibility of work in other areas within NAVFAC Mid-Atlantic's AORs. This procurement is a 100 percent small business set-aside and will utilize FAR Part 15 Contracting by Negotiation. The contract term will be a base period of one year plus four option years. The completion date for the seed project is 120 days after award. Interested offerors can view and download the solicitation and any attachments at https://www.neco.navy.mil/ when it becomes available. Offerors are required to submit a bid bond of $3,000,000/20% of the amount for Davis Bacon Act (DBA) work. This procurement was set aside for small businesses based on market research analysis and the concurrence of the NAVFAC Mid-Atlantic small business office.
    Z--DESIGN-BUILD RM09-2414 RENOVATION OF FLEET TRAINING BUILDING N25A (PHASE II) AT NAVAL STATION NORFOLK, VA
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking a contractor for the renovation of Fleet Training Building N25A (Phase II) at Naval Station Norfolk, VA. This project involves a complete interior and exterior renovation of the building. The estimated contract value is between $10,000,000 and $25,000,000, with an anticipated award date of September 2017. The project falls under the NAICS Code 236220 for Commercial and Institutional Building Construction, with a small business size standard of $36.5 million.
    Marine Boatyard Repair and Maintenance Support LOT I for the Mid-Atlantic Regional Maintenance Center
    Active
    Dept Of Defense
    The Department of Defense, through the Mid-Atlantic Regional Maintenance Center (MARMC), is soliciting proposals for a Marine Boatyard Repair and Maintenance Support contract (N50054-24-R-0007) aimed at providing comprehensive repair and maintenance services for U.S. Navy vessels in the Hampton Roads area, primarily within a 100-mile radius of Naval Station Norfolk, Virginia. The contract will be structured as an Indefinite Delivery Indefinite Quantity Multiple Award Contract (IDIQ-MAC), with a base year and four one-year ordering periods, focusing on depot-level repairs, maintenance, and alterations, while ensuring compliance with safety and environmental regulations. This procurement is designated as a Total Small Business Set-Aside, with the applicable NAICS code being 336611 (Ship Building and Repair), and interested contractors are required to submit their proposals through the Procurement Integrated Enterprise Environment (PIEE) solicitation module by the specified deadlines. For further inquiries, contractors may contact Jake Grady at jake.a.grady2.civ@us.navy.mil or Kevin Cooper at kevin.r.cooper20.civ@us.navy.mil.