SOURCES SOUGHT FOR P1500 PALAU PORT AND HARBOR IMPROVEMENTS, REPUBLIC OF PALAU
ID: N6247325RD505Type: Sources Sought
Overview

Buyer

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

NAICS

Other Heavy and Civil Engineering Construction (237990)

PSC

CONSTRUCTION OF OTHER NON-BUILDING FACILITIES (Y1PZ)
Timeline
    Description

    The Department of Defense, through the Naval Facilities Engineering Systems Command Southwest (NAVFACSYSCOM), is seeking information from construction firms regarding their capabilities for the P1500 Palau Port and Harbor Improvements project in the Republic of Palau. Interested contractors are required to complete a Sources Sought Questionnaire, detailing their business type, recent experience in construction projects valued at a minimum of $100 million, and their bonding capacity, particularly in the Indo-Pacific region. This procurement aims to identify qualified candidates capable of executing significant construction projects, ensuring that the selected firms can effectively meet the demands of federal projects in challenging locations. Interested parties should direct their inquiries to Kenneth Redmond at kenneth.d.redmond2.civ@us.navy.mil or Christina Laudick at christina.d.laudick.civ@us.navy.mil, with responses to the questionnaire expected to include supporting documentation for evaluation.

    Files
    Title
    Posted
    The NAVFAC Southwest Sources Sought Questionnaire solicits information from construction firms to assess their capabilities for upcoming projects. Organizations are invited to identify their business type (such as Section 8(a) or HUBZone certification) and indicate their recent experience in construction sectors like Design-Build and Design-Bid-Build, particularly in the Indo-Pacific region. Firms must provide details on relevant projects completed in the last 15 years with a minimum construction cost of $100 million, as well as their geographic experience and optimal delivery methods for challenging locations. Additionally, respondents must disclose their bonding capacity through a letter from their corporate surety and indicate the annual contract value they can handle. Supporting documentation, including an experience information form detailing specific project data, is required for evaluation purposes. This questionnaire fosters a competitive procurement environment by gathering essential data on interested contractors to ensure suitable candidates can meet upcoming federal project needs efficiently.
    Lifecycle
    Similar Opportunities
    Y--P-440 REPLACEMENT OF NAVAL PIER 8, NAVAL BASE SAN DIEGO, SAN DIEGO, CA
    Buyer not available
    Sources Sought - DEPT OF DEFENSE, DEPT OF THE NAVY is seeking small business concerns for the design-build construction project to replace Naval Pier 8 at Naval Base San Diego, CA. The project involves the construction of a pile supported reinforced concrete pier with utilities, information systems, and anti-terrorism/force protection measures. The estimated contract price range is between $25,000,000 and $100,000,000. Interested sources are requested to provide contractor information, type of business, bonding capacity, and experience in constructing waterfront ship berthing structures. Responses are due by September 17, 2018.
    ***SOURCES SOUGHT NOTICE*** U.S. NAVAL HOSPITAL YOKOSUKA ALTERATION PROJECT
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFACSYSCOM) Far East, is seeking contractor information for the alteration project at the U.S. Naval Hospital Yokosuka in Japan. The project, identified as N40084-25-R-0091, encompasses three main packages: upgrading electrical infrastructure, modernizing medical departments, and renovating surgical facilities, with a total duration ranging from approximately 576 to 1,488 calendar days. This initiative aims to enhance the functionality and safety of medical facilities supporting the U.S. Armed Forces, adhering to federal guidelines and best practices in construction. Interested contractors are encouraged to submit their qualifications and relevant project experience to Teresa Aguon at teresa.f.aguon.civ@us.navy.mil or Ross Yamato at ross.w.yamato.civ@us.navy.mil for consideration in upcoming solicitations.
    P158 BACHELOR ENLISTED QUARTERS AND SUPPORT FACILITY, MARINE BARRACKS WASHINGTON, DC AMENDMENT P00001
    Buyer not available
    The Department of Defense, through the Naval Facilities Systems Command (NAVFACSYSCOM) Washington, is soliciting proposals for the P158 Bachelor Enlisted Quarters and Support Facility project at Marine Barracks in Washington, D.C. This large-scale construction initiative, designated N40080-25-R-7071, involves the development of a multi-rise, mixed-use facility that will include Unaccompanied Enlisted Housing, a dining hall, and a fitness center, with a budget ranging from $100 million to $250 million and a completion timeline of 979 days from the Notice to Proceed. The project is critical for enhancing living conditions for enlisted personnel and ensuring compliance with Department of Defense standards. Interested contractors, specifically those on the list of MACC holders, must submit their electronic proposals by February 25, 2025, and can direct inquiries to Lindsay Brown or Damila Adams at the provided contact information.
    FY24 MCON P-614 JOINT CONSOLIDATED COMMUNICATIONS CENTER, US JOINT REGION MARIANAS, ANDERSEN, GUAM
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Systems Command Pacific (NAVFAC), is soliciting proposals for the construction of the Joint Consolidated Communications Center at Andersen Air Force Base in Guam, under the FY24 Military Construction budget. The project, estimated to cost between $100 million and $250 million, requires comprehensive documentation from bidders, including financial statements and evidence of performance capabilities, to ensure compliance with federal regulations. This initiative is crucial for enhancing military communications infrastructure and operational efficiency. Interested contractors must submit their proposals by May 14, 2025, and can direct inquiries to primary contact Merbby Corpuz at merbbyjoyce.n.corpuz.civ@us.navy.mil or by phone at 808-474-4550.
    Y--Design-Bid-Build Contract P1018 CMV-22B Airfield Improvements at Naval Air Station North Island Naval Base Coronado, California
    Buyer not available
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking bids for the construction of P-1018 CMV-22B Airfield Improvements at Naval Air Station North Island Naval Base Coronado, California. The project includes the construction of new airfield paving, a parking apron, wash rack, taxiway, and a helipad in support of VRM-30 CMV-22B aircraft squadron. The estimated price range for construction is between $25,000,000 and $100,000,000. The RFP will be available on the Navy Electronic Commerce Online (NECO) website by 15 March 2019. A pre-proposal conference including a site visit will be conducted.
    Facility Maintenance Management and Services
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Systems Command Southwest (NAVFAC SW), is seeking market capabilities for Facility Maintenance Management and Services. The anticipated procurement involves an Indefinite Delivery Indefinite Quantity Contract valued at approximately $250 million over a potential 90-month period, which includes one base year and six option years, covering a range of operational areas such as Command and Staff, Public Safety, Air Operations, Port Operations, Supply, and Facilities Support. This Sources Sought Notice is intended for preliminary market research to inform future solicitations, and interested firms are encouraged to complete a Market Research Questionnaire by February 25, 2025. For further inquiries, interested parties may contact Maureen Pierre-DeMarco at maureen.pierre-demarco.civ@us.navy.mil or Christopher Jennen at christopher.j.jennen.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 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.
    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.
    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 Defense, through the Naval Facilities Engineering Command (NAVFACSYSCOM) Washington, is seeking qualified contractors for an Indefinite-Delivery/Indefinite-Quantity (IDIQ) Multiple Award Construction Contract (MACC) for facilities within the NAVAC Washington Area of Operations, which includes Washington D.C., Virginia, and Maryland. This procurement aims to support large-scale construction projects, with a maximum contract value of $8 billion, encompassing 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 build 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 should contact Molly Lawson at molly.e.lawson.civ@us.navy.mil or 202-716-5845 for further details and to ensure compliance with submission requirements.
    FY25 MILCON P859 Design-Bid-Build CVN 78 Aircraft Carrier Electrical Upgrade for Various Substations, Naval Base Kitsap, Bremerton, WA
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command Northwest, is soliciting proposals for the design-bid-build project titled "FY25 MILCON P859 Design-Bid-Build CVN 78 Aircraft Carrier Electrical Upgrade for Various Substations" at Naval Base Kitsap in Bremerton, WA. This procurement aims to enhance the electrical systems of various substations to support the operational capabilities of the CVN 78 aircraft carrier. The project is critical for maintaining the infrastructure necessary for naval operations and ensuring the reliability of power supply to essential systems. Interested contractors can reach out to Sylva Kabuanseya at sylva.kabuanseya.civ@us.navy.mil or by phone at 360-396-4184, or Jodus Hortin at jodus.d.hortin.civ@us.navy.mil or 360-315-8317 for further details regarding the solicitation process.