IDIQ MACC SMALL BUSINESS SET-ASIDE FOR NEW CONSTRUCTION, RENOVATION, AND REPAIR OF FIRE PROTECTION SYSTEM PROJECTS AT VARIOUS GOVERNMENT INSTALLATIONS LOCATED IN CA, AZ, NV, UT, CO and NM
ID: N6247323R3208Type: Solicitation
Overview

Buyer

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

NAICS

Plumbing, Heating, and Air-Conditioning Contractors (238220)

PSC

REPAIR OR ALTERATION OF MISCELLANEOUS BUILDINGS (Z2JZ)

Set Aside

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

    The Department of Defense, through the Department of the Navy's NAVFACSYSCOM Southwest, is soliciting proposals for an Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC) specifically set aside for small businesses. This contract will focus on new construction, renovation, and repair of fire protection system projects at various government installations across California, Arizona, Nevada, Utah, Colorado, and New Mexico. The services sought are critical for maintaining safety and compliance with fire protection standards at military facilities. Interested small business contractors should contact Shaun Schnurbusch at shaun.m.schnurbusch.civ@us.navy.mil or 702-823-8009, or Elson Muzada at elson.g.muzada.civ@us.navy.mil or 619-705-4662 for further details regarding the solicitation process.

    Files
    Similar Opportunities
    Indefinite-Delivery/Indefinite-Quantity (IDIQ) Multiple Award Construction Contract (MACC) for facilities within the NAVAC Washington Area of Operations (AO) to include Washington DC (DC), Virginia (VA), and Maryland (MD)
    Buyer not available
    The Department of the Navy is issuing a pre-solicitation notice for an Indefinite-Delivery/Indefinite-Quantity (IDIQ) Multiple Award Construction Contract (MACC) aimed at large-scale general construction projects within the Washington D.C., Maryland, and Virginia areas. This contract will utilize a firm-fixed-price model and encompass a variety of construction activities, including demolition, repair, and renovation of facilities, with a total funding ceiling of $8 billion over an eight-year period. The solicitation promotes full and open competition, requiring large business offerors to submit a small business subcontracting plan, and the anticipated issuance of the Request for Proposals (RFP) is expected around March 2025. Interested parties should contact Molly Lawson at molly.e.lawson.civ@us.navy.mil or 202-716-5845 for further information and must be registered in the System for Award Management (SAM) to participate.
    Fire Protection Design/Engineering Services
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Systems Command Pacific (NAVFACSYSCOM PACIFIC), is seeking sources for Fire Protection Design/Engineering Services. This procurement aims to engage qualified firms to provide engineering services related to fire protection systems, which are critical for ensuring safety and compliance in various military facilities. The opportunity is set aside for small businesses under the Small Business Administration guidelines, with the NAICS code 541330 designated for Engineering Services. Interested parties should reach out to Mitchell Yoshimura at mitchell.s.yoshimura@navy.mil or call 808-471-0130, or contact Erik Torngren at erik.torngren@navy.mil or 808-474-6476 for further details.
    Z--Design-Build and Design-Bid-Build Indefinite-Delivery/Indefinite Quantity Fire Protection Multiple Award Construction Contract for the Naval Facilities Engineering Command Southeast
    Buyer not available
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking a Design-Build and Design-Bid-Build Indefinite-Delivery/Indefinite Quantity Fire Protection Multiple Award Construction Contract for the Naval Facilities Engineering Command Southeast. This contract is for fire protection construction projects at Department of Defense activities within the NAVFAC SE Area of Responsibility. The contract will include fire suppression systems, water supplies, foam systems, gaseous agents, special hazards protection, fire alarm systems, and life safety system renovations. The contract will be awarded to approximately 5 contractors with a total aggregate value of $99,000,000 over a five-year ordering period. The work will primarily be performed in South Carolina, Georgia, Florida, Alabama, Arkansas, Mississippi, Kansas, Louisiana, Texas, Tennessee, Missouri, Oklahoma, Guantanamo Bay Cuba, and the Bahamas. The source selection method will be a best value continuum process in a negotiated two-phase acquisition utilizing the trade-off approach. Offerors must be registered with the System for Award Management (SAM) to be considered.
    N44255-25-R-1502, Pre-Solicitation Notice; NAVFAC NW – GRANDE MULTIPLE AWARD CONSTRUCTION CONTRACT (GRANDE MACC)
    Buyer not available
    The Department of Defense, through the NAVFACSYSCOM Northwest, is preparing to issue a presolicitation notice for the Grande Multiple Award Construction Contract (Grande MACC) under solicitation number N44255-25-R-1502. This opportunity is set aside for small businesses and focuses on commercial and institutional building construction, specifically involving the construction of miscellaneous buildings in Silverdale, Washington. The contract is significant for supporting various construction projects within the Navy's infrastructure, ensuring that facilities meet operational needs. Interested parties can reach out to Shelby Flowers at shelby.l.flowers4.civ@us.navy.mil or by phone at 360-396-0084, or contact Nancy Coffee at nancy.m.coffee.civ@us.navy.mil or 360-396-0262 for further information.
    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
    Buyer not available
    The Department of Defense, through the NAVFAC Mid-Atlantic office, is seeking qualified contractors for a Design-Build/Design-Bid-Build Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC) focused on general construction services for Marine Corps Installations East. This procurement aims to provide essential construction services, including the repair or alteration of miscellaneous buildings, primarily at Camp Lejeune in North Carolina. The selected contractors will play a crucial role in supporting the infrastructure needs of the Marine Corps, ensuring operational readiness and facility maintenance. Interested parties can reach out to James Godwin at james.a.godwin41.civ@us.navy.mil or by phone at 757-341-1999 for further details.
    IDIQ JOC FOR SPECIALTY TRADE PROJECTS AT VARIOUS GOVERNMENT FACILITIES LOCATED WITHIN THE MCLB BARSTOW, MCAGCC 29 PALMS, MWTC BRIDGEPORT, CALIFORNIA AOR AND OTHER LOCATIONS AS APPROVED
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Systems Command Southwest, is seeking contractors for an Indefinite Delivery Indefinite Quantity (IDIQ) Job Order Contract (JOC) focused on specialty trade projects at various government facilities within the Marine Corps Logistics Base Barstow, Marine Corps Air Ground Combat Center 29 Palms, Mountain Warfare Training Center Bridgeport, California, and other approved locations. The procurement aims to address repair or alteration needs for administrative facilities and service buildings, emphasizing the importance of maintaining operational readiness and infrastructure integrity at these military installations. Interested contractors should note that the primary point of contact for this opportunity is Heather Race, who can be reached at heather.l.race.civ@us.navy.mil or by phone at 619-705-4676 for further inquiries.
    Multiple Award Construction Contract V - Hill AFB
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking potential sources for the Multiple Award Construction Contract V (MACC V) at Hill Air Force Base in Utah. This procurement aims to establish Indefinite Delivery/Indefinite Quantity (IDIQ) contracts for a variety of construction services, including design, alteration, and repair of facilities, with a maximum value of $500 million. The project is significant for enhancing military installations and includes specialized requirements such as fire suppression and sustainable building practices. Interested small businesses, particularly those classified as 8(a), Service-Disabled Veteran-Owned, HUBZone, and Women-Owned, must submit a capabilities package by March 3, 2025, with an industry day scheduled for March 12, 2025. For further inquiries, contact Rick Thomas at richard.thomas.52@us.af.mil or Greg Cypers at Gregory.cypers@us.af.mil.
    N62473-24-R-3210 Pre-Solicitation Notice
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Systems Command Southwest (NAVFACSYSCOM SOUTHWEST), is preparing to solicit proposals for facilities support services under the contract number N62473-24-R-3210. This procurement is set aside for small businesses and aims to provide essential housekeeping and facilities operations support services, which are critical for maintaining operational readiness and efficiency at various military installations. Interested vendors should note that the solicitation will be governed by the Small Business Administration's guidelines, and they are encouraged to reach out to the primary contact, Christine Roundy, at christine.a.roundy.civ@us.navy.mil or by phone at 619-705-4937, for further details. The secondary contact for this opportunity is Christopher Jennen, available at christopher.j.jennen.civ@us.navy.mil or 619-705-4920.
    IDIQ JOC TOTAL WOMEN OWNED SMALL BUSINESS SET-ASIDE FOR COMMERCIAL AND INSTITUTIONAL BUILDING CONSTRUCTION PROJECTS AT VARIOUS GOV FACILITIES WITHIN THE MARINE CORPS LOGISTICS BASE BARSTOW, MARINE CORPS AIR-GROUND COMBAT CETNER 29 PALMS, AN
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Systems Command Southwest, is soliciting proposals for an Indefinite Delivery Indefinite Quantity (IDIQ) contract set aside for Women-Owned Small Businesses (WOSB) to undertake commercial and institutional building construction projects at various government facilities, specifically within the Marine Corps Logistics Base Barstow and the Marine Corps Air-Ground Combat Center at 29 Palms. The procurement aims to engage qualified contractors to provide essential construction services, which are critical for maintaining and enhancing military infrastructure. Interested parties should note that the contract falls under the NAICS code 236220, focusing on commercial and institutional building construction, and the primary contact for inquiries is Heather Race, who can be reached at heather.l.race.civ@us.navy.mil or (619) 705-4676. Further details regarding submission deadlines and evaluation criteria will be provided in the solicitation documents.
    N62473-24-R-0046 P-180 Naval Innovation Center, NSAM, CA
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command Southwest, is soliciting proposals for the construction of the P-180 Naval Innovation Center located at Naval Support Activity Monterey, California. This project falls under the NAICS code 236220, focusing on commercial and institutional building construction, and aims to enhance the capabilities of the Naval Innovation Center. The procurement process is critical for ensuring that qualified contractors can effectively contribute to the development of this facility, which is vital for advancing naval innovation and technology. Interested contractors should direct their inquiries to Baylee Hubbell at baylee.e.hubbell.civ@us.navy.mil or Christina Laudick at christina.d.laudick.civ@us.navy.mil, with the proposal submission details and deadlines outlined in the solicitation documents.