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
ID: N6247324R5239Type: Sources Sought
Overview

Buyer

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

NAICS

Commercial and Institutional Building Construction (236220)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    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.

    Point(s) of Contact
    Files
    Title
    Posted
    The Safety Data Sheet (RFP N62473-24-R-XXXX) is a critical document required from Offerors in governmental contracting that focuses on safety performance data. It demands the completion of safety information, particularly the Days Away, Restricted Duty, or Job Transfer (DART) rates and Total Case Rates (TCR) over five previous calendar years. The form requires contractors to record safety incidents, provide explanations for high DART and TCR rates, and detail corrective actions taken in response to any negative trends. Key components of the document include sections for the Offeror name, joint venture or mentor-protégé details, and the statistical data for each specified year. The document emphasizes the importance of transparency and accountability regarding safety metrics, placing significant weight on addressing and improving safety performance. This RFP aligns with federal and state initiatives to ensure contractor compliance with workplace safety standards, thus ensuring that awarded contracts are given to firms that maintain high safety standards and demonstrate proactive management of workplace hazards.
    The document serves as a Sources Sought notice regarding contractor information and construction experience for project N62473-24-R-XXXX. It includes two main forms: the Contractor Information Form and the Construction Experience Project Data Form. The Contractor Information Form collects essential data about the contractor, including their unique identifiers (UEI, CAGE Code), business type certifications, bonding capacity, and geographical work locations. It is designed to establish the contractor's qualifications for the solicitation. The Construction Experience Project Data Form requests detailed information about relevant past projects that illustrate the contractor's experience and capabilities. This includes project identification, contract specifics, customer contact details, and a comprehensive description of the work performed, including self-performed percentages. Both forms emphasize the need for clarity and adherence to structure while allowing contractors to provide additional information as necessary. The primary purpose of this document is to gather data on potential contractors' qualifications and past relevant project experiences in preparation for upcoming solicitation opportunities, enhancing the operational capacity of government contracting processes.
    Similar Opportunities
    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.
    SOURCES SOUGHT FOR IDIQ JOC UNDER NAICS CODE 238990 - OTHER SPECIALTY TRADE PROJECTS AT VARIOUS GOVERNMENT FACILITIES LOCATED WITHIN THE METROPOLITAN SAN DIEGO (NB SAN DIEGO, POINT LOMA, CORONADO & MCAS MIRAMAR), CA AOR
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC Southwest), is seeking qualified small businesses for an Indefinite Delivery Indefinite Quantity (IDIQ) Job Order Contract (JOC) focused on construction projects at various government facilities in the Metropolitan San Diego area, including Naval Bases San Diego, Point Loma, Coronado, and Marine Corps Air Station Miramar. The procurement aims to identify contractors capable of performing new construction, repair, and renovation projects, with a total estimated contract value of $99 million over a base period of 24 months and an option for an additional 36 months. Interested contractors must provide detailed information regarding their business classifications, bonding capacities, relevant project experience, and safety metrics, with responses due by September 30, 2024. For further inquiries, interested parties can contact Heather L. Race at heather.l.race.civ@us.navy.mil.
    $99M California Construction MATOC
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army through the W075 Endist Sacramento office, is soliciting proposals for a $99 million construction Multiple Award Task Order Contract (MATOC) focused on commercial and institutional building construction in California. This opportunity is set aside for small businesses, in accordance with FAR 19.5, and aims to support various construction projects that may arise within the specified region. The procurement is significant as it facilitates the development and maintenance of essential infrastructure, contributing to the operational capabilities of the Army. Interested contractors should reach out to Gilbert Coyle at gilbert.coyle@usace.army.mil or Barton Kirkpatrick at barton.t.kirkpatrick@usace.army.mil for further details, and note that the response date is pending the release of Amendment 0004, with the current amendment (Amendment 0003) issued on August 20, 2024.
    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.
    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.
    IDIQ JOC for Other Specialty Trade Projects at Various Government Facilities located within NAS Fallon, NV, and MCMWTC Bridgeport, CA, AOR and Other Locations as Approved
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command Southwest (NAVFAC SW), is seeking qualified small businesses to participate in an Indefinite Delivery Indefinite Quantity (IDIQ) Job Order Contract (JOC) for specialty trade projects at various government facilities, primarily located within Naval Air Station (NAS) Fallon, NV, and Marine Corps Mountain Warfare Training Center (MCMWTC) Bridgeport, CA. The procurement aims to identify capable contractors with relevant experience in general building construction, repair, and renovation projects under NAICS code 238990, which encompasses all other specialty trade contractors. The total estimated contract value is $40 million, with task orders ranging from $2,000 to $1.5 million, and the performance period spans two years with an option for an additional three years. Interested contractors must submit their qualifications, including bonding capacity and relevant project experience, by 2:00 p.m. local time on September 24, 2024, to Michelle Barlow at michelle.g.barlow.civ@us.navy.mil.
    SOURCES SOUGHT FOR IDIQ JOC UNDER NAICS CODE 236220 FOR GENERAL CONSTRUCTION PROJECTS AT VARIOUS GOVERNMENT FACILITIES LOCATED WITHIN THE NAS LEMOORE, CA AOR
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC) Southwest, is seeking qualified small businesses for an Indefinite Delivery Indefinite Quantity (IDIQ) Job Order Contract (JOC) focused on general construction projects at various government facilities within the Naval Air Station (NAS) Lemoore, California area. The procurement aims to identify contractors capable of performing new construction, repair, and renovation projects, with a total estimated contract value of $15 million over a maximum performance period of five years. Interested parties, particularly those certified as Small Businesses, SBA 8(a), HUBZone, Economically Disadvantaged Women Owned Small Businesses (EDWOSB), and Service-Disabled Veteran Owned Small Businesses (SDVOSB), must submit their qualifications, bonding capacity, and relevant project experience by 2:00 p.m. on September 26, 2024, via email to Heather L. Race at heather.l.race.civ@us.navy.mil.
    PACIFIC DETERRENCE INITIATIVE MULTIPLE AWARD CONSTRUCTION CONTRACT, VARIOUS LOCATIONS, INDO-PACIFIC
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Pacific (NAVFAC Pacific), is soliciting proposals for the Pacific Deterrence Initiative Multiple Award Construction Contract (PDI MACC) aimed at supporting various construction projects across the Indo-Pacific region. This procurement seeks to award multiple Indefinite Delivery Indefinite Quantity (IDIQ) contracts, with a total value of up to $15 billion, for a range of construction services including design-build and renovation of military facilities such as wharves, runways, and fuel storage. The initiative underscores the U.S. government's commitment to enhancing military infrastructure and readiness in strategic areas, with task orders expected to range from $20 million to $2 billion. Interested contractors must submit their proposals by September 25, 2024, and can direct inquiries to Jennifer Hue at jennifer.m.hue.civ@us.navy.mil or Erin Hoe at erin.y.hoe.civ@us.navy.mil.
    SOURCES SOUGHT NOTICE FOR INDEFINITE-DELIVERY, INDEFINITE-QUANTITY (IDIQ) DESIGN-BUILD (DB) AND DESIGN-BID-BUILD (DBB) FIRE PROTECTION MULTIPLE AWARD CONSTRUCTION CONTRACT (MACC)
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command Southeast (NAVFAC SE), is seeking qualified contractors for an Indefinite-Delivery, Indefinite-Quantity (IDIQ) Design-Build (DB) and Design-Bid-Build (DBB) Fire Protection Multiple Award Construction Contract (MACC) primarily focused on fire protection installation and repairs. The contract will encompass a range of services including the installation of fire suppression systems, fire alarm systems, and life safety system renovations across various states including Florida, Georgia, and Texas, with an anticipated total value of $99 million over a base year and four option years. Interested parties, particularly small businesses and those with specific certifications, must submit their qualifications and relevant project experience by 3:00 PM Eastern Time on September 5, 2024, to Matthew Abbott at the provided email address, ensuring all submissions adhere to the specified guidelines.
    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.