Design-Build/Design-Bid-Build, Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC) for General Construction Services for NAVFAC Mid-Atlantic's Marine Corps Installations (MCI) East AOR
ID: N4008524R2852Type: Sources Sought
Overview

Buyer

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

NAICS

Commercial and Institutional Building Construction (236220)
Timeline
    Description

    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC) Mid-Atlantic, is seeking qualified small businesses to participate in a Sources Sought notice for a Design-Build/Design-Bid-Build, Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC) for general construction services across Marine Corps Installations in North Carolina, South Carolina, and Georgia. The objective is to identify capable contractors who can manage multiple concurrent task orders involving a range of projects, including new construction, demolition, and renovation of various facilities, with an estimated total contract value not exceeding $975 million over five years. Interested firms must demonstrate relevant experience through completed projects, with specific bonding capacity requirements and a focus on prime contractor roles, and must submit their responses by September 12, 2024, to James Godwin at james.a.godwin41.civ@us.navy.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The Naval Facilities Engineering Command (NAVFAC) Mid-Atlantic issues a sources sought notice to identify small businesses capable of executing a Design-Build/Design-Bid-Build, Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC) for general construction services across Marine Corps Installations in North Carolina, South Carolina, and Georgia. This MACC aims to manage multiple projects, including construction, demolition, and renovation of various facilities. Up to five contracts will be awarded, with a total budget not exceeding $975 million over five years. Interested small businesses must exhibit specific experience through relevant projects completed in the last five years, emphasizing their role as prime contractors. Requirements include a minimum project bonding capacity and experience with complex construction tasks. Responses are due by September 12, 2024, and must meet stringent submission criteria. This market research will help determine if the procurement should be small business set-aside or open to larger firms, with strict confidentiality assured for all submissions.
    The document is a "Sources Sought – Contractor Information Form" utilized by government agencies to collect general information about potential contractors. The primary purpose of this form is to assess contractors' qualifications before awarding contracts. The form is structured into five main sections. The first section gathers essential contractor details such as the DUNS number, CAGE code, firm name, contact information, and physical address. The second part focuses on the type of business, allowing contractors to indicate their status, such as whether they are an SBA certified 8(a) firm, small business, or other designations. The third section addresses the contractor's bonding capacity, requiring information on the surety company and maximum bonding limits. The final section provides space for any additional clarifications regarding the previously requested information. This form is crucial in the context of federal RFPs and grants as it identifies qualified contractors, ensuring compliance with federal regulations while fostering opportunities for diverse business ownership, such as small and disadvantaged businesses. Overall, the document serves an important administrative function in the procurement process, streamlining contractor evaluations for government contracts while keeping within specific guidelines.
    The "Sources Sought – Project Information Form" is a solicitation tool used in federal RFPs and grants, aimed at gathering relevant project experience from contractors. Each contractor must submit details for up to five projects, including essential information such as project numbers, contract details, completion dates, customer information, and the type of work performed (new construction, repair, or renovation). The form also requires specifications regarding contract types (like Design-Build) and the percentage of work completed by the contractor. Additionally, contractors must provide a detailed project description and self-performance percentage, stressing the significance of demonstrating prior experience and capabilities. The form is structured to facilitate clear and concise responses while ensuring each project is comprehensively outlined without altering the form's format. This document serves as a means for the government to assess potential vendors based on their past performance and expertise relevant to upcoming projects.
    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--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).
    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.
    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--Civil and Paving Multiple Award Construction Contract, North Carolina Area
    Active
    Dept Of Defense
    Sources Sought DEPT OF DEFENSE is seeking Civil/Paving Contractors for a Multiple Award Construction Contract (MACC) in the North Carolina Area. The contract will involve a wide range of new and repaired bituminous pavement structures, temporary traffic controls, site clearing activities, demolition work, storm drainage work, general site grading and earthwork, pavement markings and traffic control signs, turf establishment work, traffic signal work, water and sewer distribution modifications, and concrete work. The contract term will be a base period of one year plus four option years. Interested parties must submit a capability statement by March 6, 2018, including a list of past projects and confirmation of ownership of an asphalt batch plant.
    IDIQ Contract for A-E MEP Services Primarily Located in the Marine Corps AOR
    Active
    Dept Of Defense
    The Department of Defense, through the NAVFAC Mid-Atlantic, is seeking qualified architect-engineer firms to provide multi-discipline mechanical, electrical, and plumbing (MEP) services under an Indefinite Delivery/Indefinite Quantity (IDIQ) contract primarily located in the Marine Corps Area of Responsibility (AOR) in North Carolina and South Carolina. The contract, which is set aside for small businesses, aims to support construction, repair, and maintenance projects with a total fee not exceeding $60 million over a five-year term, with a guaranteed minimum of $5,000. Services will include design, investigative, and construction support for various military facilities, emphasizing the importance of specialized experience and qualifications in relevant engineering disciplines. Interested firms must submit their qualifications via Standard Form SF 330 by September 23, 2024, with inquiries directed to Brittany Cristelli at brittany.cristelli@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)
    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.
    KANTO PLAINS MINI-MACC
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC) Far East, is seeking contractors for the Kanto Plains Mini-MACC project, which involves a Small Magnitude Size Design-Bid-Build (DBB) Firm-Fixed-Price (FFP) Indefinite Delivery/Indefinite Quantity (IDIQ) contract for various construction projects in the Kanto Plains Operational Area, Japan. The selected contractor will be responsible for providing all necessary labor, management, supervision, tools, materials, and equipment for a range of tasks including repairs, alterations, and demolition of shore facilities, with an estimated total value of up to $49 million over five years. This procurement is critical for maintaining and upgrading U.S. Government installations, ensuring operational readiness and safety. Interested contractors should contact Brian Grant at brian.d.grant12.civ@us.navy.mil or John Mack at john.e.mack5.civ@us.navy.mil for further details, with task orders expected to range from $3,000 to $25 million, and the seed project requiring commencement within 15 days of the Notice-to-Proceed.
    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--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.