Indefinite-Delivery/Indefinite- Quantity Small Business Multiple Award Construction Contract for Roofing, and Renovation of Various Facilities at Public Works Departments and NAVFAC Washington Area of Responsibility
ID: N4008024R2401Type: Solicitation
Overview

Buyer

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

NAICS

Roofing Contractors (238160)

PSC

CONSTRUCTION OF MISCELLANEOUS BUILDINGS (Y1JZ)
Timeline
    Description

    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC) Washington, is soliciting proposals for an Indefinite-Delivery/Indefinite-Quantity (IDIQ) Multiple Award Construction Contract (MACC) focused on roofing and renovation projects across various facilities within its area of responsibility. The contract aims to manage multiple concurrent task orders involving new construction, demolition, repair, and renovation of roofing systems, with potential additional general construction tasks, ensuring compliance with federal, state, and local safety regulations. This initiative is significant for maintaining and enhancing the operational capabilities of diverse facility types, including administrative, industrial, and medical buildings, with a total estimated construction budget of $249 million over an eight-year period. Interested small businesses must submit their proposals by October 30, 2024, and can direct inquiries to Daniel Russell at daniel.russell1@navy.mil or Lindsay Brown at lindsay.naill@navy.mil for further information.

    Files
    Title
    Posted
    The document pertains to the solicitation for a project titled "Roof MACC, NAVFAC Washington AOR," identified by solicitation number N4008024R2401. It includes a template for managing pre-proposal inquiries (PPI) related to the project. The log is structured to capture reference information, the nature of received questions, government responses, and associated dates and amendments. The inclusion of a PPI log suggests a systematic approach to engage with potential bidders, ensuring clarity and transparency in the bidding process. This document exemplifies the federal government's structured methodology for procurement, aiming to facilitate communication and ensure all potential contractors have equal access to information necessary for developing competitive proposals.
    The document outlines a Construction & Design Experience Project Data Sheet, aimed at gathering comprehensive details from firms regarding their qualifications for government RFPs (Requests for Proposals). It requires basic firm information, including name, address, and point of contact, as well as specifics about previous project experiences. Key sections include the type of work performed (prime contractor, subcontractor), project characteristics (type of installation, project scope), contract details, and descriptions of the project’s relevance to RFP requirements, including sustainability features. Additionally, firms are asked to detail their self-performed work and provide information about the contract type and award amounts. This structured approach ensures that the evaluating body can assess the qualifications and relevant experiences of firms for potential government contracts, promoting informed decision-making in the procurement process. Overall, the document serves as a vital tool for collecting uniform information to facilitate contractor selection in public projects.
    The document outlines the price proposal form for Solicitation N40080-24-R-2401 related to the review of the Roof Garden Design at the Uniformed Services University in Bethesda, MD. It specifies the base price item (E-USU -76 Review Roof Garden Design), indicating a quantity of one unit with a requirement for the bidder to fill in the total price. A critical note states that the total duration for the contract is set at 180 calendar days from the issuance of the Notice to Proceed (NTP). Additionally, it stresses the importance of pricing for all Contract Line Item Numbers (CLINs); failure to do so will lead to the rejection of the proposal. This document serves as part of a broader government request for proposal (RFP) process, aimed at sourcing qualified offers for a specific service within the federal infrastructure. Overall, it highlights the procedural rigor and adherence to timeline expectations necessary for federal contracting.
    The NAVFAC/USACE Past Performance Questionnaire (Form PPQ-0) is designed for contractors to provide detailed information regarding their work performance on federal contracts. Key sections include contractor identification, contract specifics, project descriptions, and client feedback on performance metrics such as quality, schedule adherence, customer satisfaction, management capabilities, financial management, and safety compliance. Each aspect requires ratings from Exceptional to Unsatisfactory, allowing clients to express their evaluations effectively. The form emphasizes that completed questionnaires should be submitted directly to the offeror, who will include them in proposals for review. Additionally, ratings aim to guide future contractor selections by assessing past performance risks. The questionnaire reflects the importance of transparency, accountability, and quality assurance within government contracting processes.
    The document outlines the specifications for the design and construction of a roof garden at the Uniformed Services University of the Health Sciences (USU) in Bethesda, MD. Prepared by MTFA Architecture, it includes detailed requirements for architectural, structural, mechanical, electrical, plumbing, and fire protection aspects of the project. The work will enhance the building's second floor and includes features such as green areas, seating, and direct access to utilities beneath the garden. The project documents specify procurement requirements, administrative procedures, work restrictions, and payment processes. They emphasize the importance of a baseline construction schedule, compliance with safety regulations, and maintaining existing building operations during construction. The contractor must also coordinate closely with various government representatives to ensure successful project execution and timely completion. Occupancy of the building will remain during the works, necessitating careful planning to mitigate disruption. The document serves as a comprehensive guide for contractors responding to this federal RFP, ensuring adherence to all required standards and codes throughout the construction process.
    The document is a comprehensive final design submission for a roof garden project on the second floor of the Uniformed Services University of the Health Sciences’ Building 76E in Bethesda, MD. It outlines the scope of work, which involves extensive interior and exterior renovations, including structural modifications to support the additional load of the green roof. Key architectural, structural, mechanical, electrical, plumbing, and fire protection engineering firms are listed with their respective contact information. The submission includes design notes specifying adherence to relevant building codes and outlines safety, hazardous material concerns, and inspection procedures. The project emphasizes coordination among various trades, adherence to safety regulations, and compliance with federal guidelines regarding hazardous materials. It aims to enhance the utility of the building while ensuring safety and structural integrity during construction, reflected in the detailed design criteria for environmental and occupant safety. In summary, the document serves as a critical blueprint for transforming the facility into an accessible and functional roof garden, contributing to both aesthetic and practical improvements.
    The document outlines a Request for Proposal (RFP) for an Indefinite-Delivery, Indefinite-Quantity (IDIQ) Multiple Award Construction Contract (MACC) designated for roofing services within the NAVFAC Washington Area of Responsibility. This procurement is a total small business set-aside, with a total estimated construction budget of $249 million over a contract period of eight years, which includes a two-year base period and two three-year options. There are several attached documents that detail proposal requirements, including a price proposal form and past performance questionnaires. Key evaluation factors for awarding contracts include technical approach, corporate experience, management strategy, safety records, and past performance metrics. Proposals must be submitted by October 30, 2024, and are required to include specific financial documentation, demonstration of safety compliance, and a commitment to sustainability. The RFP emphasizes the necessity for bid guarantees, performance bonds, and the evaluation process of price and non-price factors, indicating that proposals will be evaluated based on overall value, with the intention to award up to five contracts based on the best submissions. This initiative illustrates the government’s commitment to utilizing small businesses for significant construction projects while ensuring rigorous standards for safety, quality, and past performance.
    Similar Opportunities
    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
    Active
    Dept Of Defense
    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.
    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).
    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--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.
    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.
    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.
    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--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.
    FY25 Multiple Award Construction Contract (MACC) recompete
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the FY25 Multiple Award Construction Contract (MACC) recompete at Joint Base McGuire-Dix-Lakehurst (JB MDL), New Jersey. This contract encompasses a wide range of construction services, including earthwork, infrastructure development, and various specialty contracting tasks, with the aim of awarding contracts to a minimum of five small businesses for a base year plus six optional one-year periods, and a potential six-month extension. The estimated contract ceiling ranges from $250 million to $500 million, with individual seed projects valued between $100,000 and $250,000. Interested contractors must submit their proposals electronically, adhering to strict guidelines and deadlines, with a mandatory site visit scheduled for September 24, 2024. For further inquiries, contact Will Kearns at william.kearns.4@us.af.mil or Dana Wright at dana.wright.6@us.af.mil.