Souda Bay IDIQ MACC
ID: N3319124R0059Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVFACSYSCOM EUROPE AFRICA CENTRALFPO, AE, 09622-0051, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

REPAIR OR ALTERATION OF OTHER ADMINISTRATIVE FACILITIES AND SERVICE BUILDINGS (Z2AZ)
Timeline
    Description

    The Department of Defense, through the NAVFACSYSCOM Europe Africa Central, is soliciting proposals for an Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC) at Souda Bay, Greece. The primary objective of this procurement is to execute sustainment, restoration, and modernization (SRM) projects, including alterations, demolitions, repairs, and new construction of various facilities, particularly waterfront and airfield structures. This contract is crucial for enhancing military infrastructure and ensuring operational readiness, with an estimated value not exceeding $75 million. Interested contractors must submit their proposals electronically by October 4, 2024, and can direct inquiries to Virginia Ryerson at virginia.ryerson.civ@us.navy.mil or by phone at +390815684533.

    Point(s) of Contact
    Files
    Title
    Posted
    This document, Attachment A, serves as a Project Data Sheet related to construction and design experiences for government contractors responding to Requests for Proposals (RFPs). It outlines essential information that contractors must provide, including firm details, scope of work performed, contract numbers, award and completion dates, and various types of construction or design tasks. Contractors are required to specify whether they were the prime contractor, subcontractor, or involved in a joint venture, along with project specifics such as the percentage of work completed and the financial details of the contract. Additionally, the form prompts for a detailed description of the project, its relevance to RFP requirements, the nature of self-performed work, and any sustainable features or certifications. This structured approach aids government agencies in assessing contractor qualifications and project experience, ensuring compliance with federal and local regulations while promoting transparency and accountability in the selection process for project awards.
    The NAVFAC/USACE Past Performance Questionnaire (Form PPQ-0) serves as a tool for evaluating contractors' performance on government projects. It requires contractors to provide key contract details, including firm name, contract type, project description, award dates, and pricing information. Clients evaluate contractors through defined adjective ratings ranging from "Exceptional" to "Unsatisfactory" across various performance categories such as quality, schedule timeliness, customer satisfaction, management, financial management, safety, and overall compliance. The form prompts clients to specify their satisfaction level with the contractor’s performance, detailing strengths and weaknesses. A signature section is included for validation of the provided information. The feedback obtained through this questionnaire informs agencies' decisions in the context of future RFPs and contract awards, aiming to ensure quality and accountability in government procurement processes. It emphasizes the importance of direct communication between clients and contractors and mandates verification of the provided data by the government. This document aligns with the federal objective of maintaining transparent, effective, and reliable contracting practices through systematic performance evaluation.
    Attachment “C” of federal request for proposals (RFP) N3319124R0055 outlines a Safety Data Sheet and Safety Narrative that offerors must complete to provide safety performance metrics. The document is structured to gather specific safety data from the offeror, including Days Away from Work, Restricted Duty, or Job Transfer (DART) rates and Total Case Rates (TCR) for the past five years, with detailed instructions for reporting and contextual explanations for any safety issues. The offeror must detail their Safety Management System (SMS), including management engagement, employee participation, hazard assessment, preventive measures, and training standards. Additional sections require the offeror to outline how they will evaluate subcontractors for safety compliance and ensure oversight throughout the contract period. A comprehensive approach to safety is emphasized, demonstrating the government’s focus on effective safety practices within contracting entities. This documentation aims to assess and improve safety outcomes in government contracts by enforcing rigorous safety standards and accountability.
    The document is a Pre-Proposal Information (PPI) form intended for participants in a federal Request for Proposal (RFP) process, specifically from the U.S. Navy. The form serves as a structured method for submitting inquiries regarding the RFP. It requires information such as the firm name, point of contact, address, phone and fax numbers, and email address. It includes sections for specifying questions related to particular segments of the RFP, including the section, paragraph, and page number in question. The purpose of this form is to facilitate clear communication between potential bidders and the Navy, ensuring that all inquiries are documented and addressed appropriately. By providing this form, the Navy aims to streamline the proposal process, enhance clarity, and encourage thoroughness among applicants.
    The document is an Offeror Certification form used in the context of government Requests for Proposals (RFPs). It certifies that the offeror meets the necessary capacity to work requirements for a specified project. The form includes checkboxes for offerors to indicate their qualification status based on their registration with relevant construction contractor authorities in Greece or their accreditation status if they are non-Greek contractors. Specifically, offerors can confirm if they are registered with the Greece Ministry of Economy and Finance, if they are non-Greek but accredited in another EU country, or if they are non-EU contractors recognized by a Greek diplomatic mission. Additionally, the form requires the printed name, position, signature of the authorized signer, and the date, ensuring accountability and formal acknowledgment of the certifications made. This document plays a crucial role in the procurement process by establishing the legitimacy and capability of contractors to undertake government projects, thus supporting transparency and regulatory compliance in federal and local government contracting.
    The document presents a compendium of federal contracts awarded by the US Navy, specifically detailing task orders related to various projects undertaken by the contractor, TSONTOS MICHAEL M. S.A., as well as one awarded to SOCIEDAD ESPNOLA DE MONTAJES INDUSTRIALES SA. The summary includes project titles, award amounts, award dates, and current completion dates. Projects range from energy upgrades and renovations to construction of facilities, such as a pump house and storage areas at the NSA Souda Bay in Crete, Greece. Significant contracts include a potable water distribution system upgrade worth $2,680,000 and a pre-engineered metal warehouse construction costing $4,970,100. The document embodies key historical data related to the awarded contracts, showcasing the ongoing investment in infrastructure and enhancements to military facilities. This information serves as a reference for understanding government spending on defense-related projects and contractors’ performance, aligning with the broader context of federal RFPs and grants management within the Department of Defense.
    This amendment modifies Solicitation N3319124R0059 for a contract managed by NAVFAC Europe Africa Central. It primarily updates the solicitation by responding to pre-proposal inquiries and extending the proposal submission deadline from September 20, 2024, to October 4, 2024. Key clarifications include the exclusion of pricing in Phase 1 proposals, conditions for the Designer of Record, and the necessity of experience documents only in Phase 2. The document addresses several specific questions from potential offerors, confirming that Phase 1 does not require bid bonds or the submission of certain documents, and it clarifies submission requirements. Additionally, the amendment consolidates two previous solicitations under one number, ensuring all parties understand that they refer to the same project. It emphasizes the importance of clarity in proposal submissions to facilitate compliance with all outlined requirements. Overall, the amendment aims to streamline the bidding process, provide necessary guidance, and ensure fair opportunity for all bidders while maintaining the integrity of federal procurement protocols.
    The document outlines a Request for Proposals (RFP) for an Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC) at Souda Bay, Greece, aimed at executing various construction projects for the U.S. Navy. The solicitation is unrestricted, with an estimated value not exceeding $75 million. Key components include sustainment, restoration, and modernization of facilities, executed via firm-fixed-price (FFP) Design-Bid-Build or Design-Build task orders. Offerors must follow a two-phase selection process, providing competitive proposals that demonstrate technical approach, experience, and past performance. Proposals must be submitted electronically through the Procurement Integrated Enterprise Environment (PIEE), with strict adherence to specified formats and requirements. The evaluation criteria focus on technical approach, project experience, safety measures, and overall project solutions, emphasizing collaboration and the ability to meet rigorous performance standards. The government will award multiple contracts, determining the best value based on a tradeoff process that blends price with technical merit. The RFP establishes comprehensive guidelines to ensure that submissions meet the necessary qualifications for successful project execution while maintaining safety and compliance with regulations.
    Lifecycle
    Title
    Type
    Souda Bay IDIQ MACC
    Currently viewing
    Solicitation
    Similar Opportunities
    Base Operations Support (BOS) Services U.S. Naval Support Activity (NSA) Souda Bay, Crete Greece
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC), is soliciting proposals for Base Operations Support (BOS) Services at the U.S. Navy Support Activity (NSA) Souda Bay in Crete, Greece. The procurement encompasses a range of facility support services, including custodial, pest control, facility management, and transportation services, aimed at maintaining operational readiness and compliance with safety and environmental standards. This contract, structured as a Firm-Fixed Price (FFP) Indefinite-Delivery/Indefinite Quantity (IDIQ) agreement, is crucial for ensuring the effective management of over 35,000 square meters of federal property, with proposals due by 2:00 PM EST on October 4, 2024. Interested contractors should direct inquiries to Weston Polen at weston.c.polen.civ@us.navy.mil or Amber Forehand-Hughes at amber.l.forehand-hughes.civ@us.navy.mil.
    Design-Build Construct Multi-Purpose Facility, Larnaca, Cyprus
    Active
    Dept Of Defense
    The Department of Defense, through the NAVFACSYSCOM Europe Africa Central, is soliciting proposals for the design-build construction of a multi-purpose facility in Larnaca, Cyprus. The project aims to create a facility that includes dormitories, dining areas, office spaces, and essential amenities, adhering to both local and U.S. safety and building standards. This procurement is significant for supporting U.S. military operations in the region, with an estimated contract value between $500,000 and $1,000,000. Interested contractors must submit their proposals electronically by October 8, 2024, and are encouraged to contact Anna Gulewich or Daniel Magrino for further inquiries regarding the solicitation.
    Y--IDIQ MACC for NS Guantanamo Bay, Cuba
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE is seeking an indefinite delivery indefinite quantity (IDIQ) multiple award construction contract (MACC) for general construction work at Naval Station Guantanamo Bay, Cuba. The contract will include new construction, renovation, alteration, demolition, and repair work for various types of buildings and facilities. The total value of all contracts to be awarded is $240,000,000 maximum over the base year and all four option periods combined. Task orders will range from $150,000 to $15,000,000 per order. The source selection method is a best value continuum process in a negotiated two-phase acquisition. Interested firms with specialized experience and qualifications are invited to participate. The solicitation will be available for download from Federal Business Opportunities (FedBizOpps) website. Offerors must be registered with the System for Award Management (SAM) to be eligible for contract award.
    Multiple Award Construction Contract Incirlik Air Base
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the Multiple Award Construction Contract (MACC) at Incirlik Air Base in Turkiye. This procurement aims to establish an Indefinite Delivery/Indefinite Quantity (IDIQ) contract to support a variety of construction and design-build projects, with the potential to award up to eight contracts and include four Offerors in the On-Ramp Pool. The contract will have a five-year base ordering period with two additional two-year option periods, and the total maximum expenditure is capped at $150 million, with a guaranteed minimum of $750. Interested contractors must submit their proposals by the extended deadline of September 27, 2024, and can reach out to primary contacts Zeynep Selamoglu or Wiktor Kedzierzawski for further information.
    DB/DBB IDIQ MATOC - DE/DE/BENELUX
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is soliciting proposals for a Design Build (DB) and Design Bid-Build (DBB) Multiple Award Task Order Contract (MATOC) valued at $495 million, aimed at supporting various construction projects within U.S. military installations in Germany and Belgium. This opportunity is intended for contractors capable of executing commercial and institutional building construction, which is critical for maintaining and enhancing military infrastructure and operations in the region. Interested parties can reach out to primary contact Christian Solinsky at christian.h.solinsky@usace.army.mil or by phone at +49 611-9744-2281, or secondary contact Andrew Cochran at andrew.a.cochran@usace.army.mil, with a phone number of 04961197442270, for further details regarding the solicitation process.
    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.
    Pre-Solicitation for an Indefinite Delivery/Indefinite Quantity (IDIQ), Design Build (DB)/Design-Bid-Build (DBB), Multiple Award Construction Contract (MACC) for U.S. Government Installations in the Okinawa Region, Japan
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFACSYSCOM) Far East, is initiating a pre-solicitation for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract focused on Design Build (DB) and Design-Bid-Build (DBB) construction services for U.S. Government installations in the Okinawa region of Japan. This procurement aims to establish a Multiple Award Construction Contract (MACC) to facilitate various construction projects, which are critical for maintaining and enhancing military infrastructure in the area. Interested contractors are encouraged to review the attached pre-solicitation notice for further details and to monitor SAM.gov/PIEE for updates regarding the solicitation number. For inquiries, potential bidders can contact Tomoko Kanzaki at Tomoko.Kanzaki.ln@us.navy.mil or Teresa Aguon at teresa.f.aguon.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.
    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.
    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.