DJIBOUTI MACC
ID: N3319125R9000Type: 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 MISCELLANEOUS BUILDINGS (Z2JZ)
Timeline
    Description

    The Department of Defense, through the Department of the Navy's NAVFACSYSCOM Europe Africa Central, is soliciting proposals for the DJIBOUTI MACC project, which involves commercial and institutional building construction. The procurement aims to address the repair or alteration of miscellaneous buildings, emphasizing the importance of maintaining and enhancing military infrastructure in the region. Interested contractors can reach out to Myangela Buescher at myangela.h.buescher.civ@us.navy.mil or Virginia Ryerson at virginia.ryerson.civ@us.navy.mil for further details. The solicitation is currently open, and potential bidders are encouraged to prepare their submissions accordingly.

    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    DJIBOUTI MACC
    Currently viewing
    Solicitation
    Similar Opportunities
    Pre-Solicitation for an Indefinite Delivery/Indefinite Quantity (IDIQ), Design Build (DB) / Design-Bid-Build (DBB), Multiple Award Construction Contract (MACC) for Commander Fleet Activities Sasebo, Japan
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC) Far East, is pre-soliciting for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract for Design Build (DB) and Design-Bid-Build (DBB) construction services at Commander Fleet Activities Sasebo, Japan. This multiple award construction contract (MACC) aims to support various construction projects, focusing on commercial and institutional building construction, as well as the repair or alteration of miscellaneous buildings. The opportunity is significant for contractors looking to engage in military construction projects in the region, with the potential for multiple task orders under the IDIQ framework. Interested parties can reach out to Heather Seibold at heather.a.seibold.civ@us.navy.mil or Teresa Aguon at teresa.f.aguon.civ@us.navy.mil for further details.
    Indefinite-Delivery/Indefinite-Quantity (IDIQ) Multiple Award Construction Contract (MACC) for facilities within the NAVAC Washington Area of Responsibility (AOR) to include Washington DC (DC), Virginia (VA), and Maryland (MD)
    Buyer not available
    The Department of Defense, through the Department of the Navy, is issuing a Special Notice for an Indefinite-Delivery/Indefinite-Quantity (IDIQ) Multiple Award Construction Contract (MACC) for facilities within the NAVAC Washington Area of Responsibility, which includes Washington D.C., Virginia, and Maryland. This procurement aims to engage contractors for large-scale construction projects, with a maximum contract value of $8 billion, structured over a two-year base period and up to two additional three-year option periods. The selected contractors will be responsible for various construction tasks, including the design and construction of an Aircraft Development and Maintenance Facility at Naval Air Station Patuxent River, MD, emphasizing the importance of quality proposals that demonstrate management capabilities, corporate experience, and small business participation. Interested parties can contact Molly Lawson at molly.e.lawson.civ@us.navy.mil or call 202-716-5845 for further details and to access project drawings and specifications.
    Indefinite Delivery/Indefinite Quantity (IDIQ), Design-Bid-Build (DBB), Multiple Award Construction Contract (MACC) for the U.S. Naval Air Facility (NAF), Atsugi, Japan
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC) Far East, is seeking contractors for an Indefinite Delivery/Indefinite Quantity (IDIQ) Design-Bid-Build (DBB) Multiple Award Construction Contract (MACC) at the U.S. Naval Air Facility (NAF) in Atsugi, Japan. This procurement aims to facilitate various construction projects, specifically focusing on the repair or alteration of miscellaneous buildings, under the NAICS code 236220. The selected contractors will play a crucial role in maintaining and enhancing the infrastructure necessary for naval operations in the region. Interested parties can reach out to Emiko Uyama at emiko.uyama2.ln@us.navy.mil or call 046-816-2874 for further details regarding the solicitation process.
    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
    Buyer not available
    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.
    N3319124R0021 D-B Enver Hadri School, Vushtrri, Kosovo
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC) Europe Africa Central, is soliciting proposals for the design-build project of the Enver Hadri School located in Vushtrri, Kosovo. This procurement aims to engage contractors for the construction and renovation of educational facilities, emphasizing the importance of providing quality infrastructure for educational purposes in the region. Interested contractors can reach out to Gloria Lucero at gloria.x.lucero.civ@us.navy.mil or Daniel Magrino at daniel.k.magrino.civ@us.navy.mil for further details. The solicitation is categorized under the NAICS code 236220, focusing on commercial and institutional building construction.
    N40080-23-R-0022 ACQR: 6070919 - P2203, Quarters 6 Whole House Revitalization, Marine Barracks, Washington, D.C.
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC), is soliciting proposals for the revitalization of Quarters 6 at the Marine Barracks in Washington, D.C., under contract N40080-23-R-0022. This $750 million project aims to restore and modernize the historic building, which serves as the residence of the Commandant of the U.S. Marine Corps, while ensuring compliance with safety and operational standards. Eligible contractors, specifically Small Business MACC holders, are required to submit detailed proposals addressing their experience and project strategies by February 27, 2025, with a completion timeline of 490 days post-award. Interested parties can reach out to primary contact Lindsay M. Brown at lindsay.m.brown14.civ@us.navy.mil for further information.
    Z--Maintenance and Repair Multiple Award Construction Contracts
    Buyer not available
    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--8(a) Set-Aside Design-Build/Design-Bid-Build Indefinite Delivery Indefinite Quantity (IDIQ)Firm Fixed Price Multiple Award Construction Contract (MACC)
    Buyer not available
    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.
    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
    Buyer not available
    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.
    Two Phase Design-Build IDIQ MATOC in Support of DHA, Northern Region
    Buyer not available
    The Department of Defense, specifically the U.S. Army Engineer District Mobile, is seeking qualified contractors for a Two Phase Design-Build Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) to support the Defense Health Agency (DHA) in the Northern Region. This procurement aims to facilitate the construction of commercial and institutional buildings, particularly focusing on hospitals and infirmaries, under NAICS code 236220. The selected contractors will play a crucial role in enhancing healthcare infrastructure, which is vital for supporting military personnel and their families. Interested vendors can reach out to Lanell A. Roberts at lanell.a.roberts@usace.army.mil or call 251-694-3859 for further details, as this presolicitation is part of an ongoing effort to engage industry partners in government contracting processes.