NAVFAC Northwest 8(a) Small Multiple Award Construction Contract (MACC) Regional Contract
Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.
Looking for contract opportunity help?
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
General Information
- Contract Opportunity Type: Presolicitation (Updated)
- Updated Published Date: Jan 12, 2022 06:51 pm EST
- Original Published Date: Nov 16, 2021 11:33 am EST
- Updated Response Date:
- Original Response Date:
- Inactive Policy: Manual
- Updated Inactive Date: Apr 30, 2022
- Original Inactive Date: Feb 15, 2022
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: Y1JZ - CONSTRUCTION OF MISCELLANEOUS BUILDINGS
- NAICS Code:
- 236220 - Commercial and Institutional Building Construction
- Place of Performance: USA
Description
COMPETITION DESCRIPTION: Based on the Government’s market research, it has been determined that the subject solicitation will be a competitively procured action limited to 8(a) contractors in good standing within the geographical area serviced by Small Business Administration (SBA) Region X - Northern Pacific. SBA Region X consists of Alaska, Idaho, Oregon, and Washington. The tracking number assigned by the SBA for this procurement is KH1616087697J.
Joint Venture Agreements – Joint venture agreements are allowable on competitive 8(a) set-asides. 8(a) Participants are no longer required to seek and receive 8(a) JV agreement approval from SBA for competitive 8(a) awards; however, checks for JV compliance through the size protest process is allowed. Firms are advised to visit certify.sba.gov and go to the “Certify Knowledge Base” for all tools, FAQ’s and 8(a) program information or email general questions to answerdesk@sba.gov.
All other 8(a) Business Development (BD) participants are deemed ineligible to submit offers. The Activity Small Business Office concurs with this determination.
PROJECT/REQUIREMENT DESCRIPTION: The North American Industry Classification Standard (NAICS) code is 236220 and the annual size standard is $39.5 million.
This procurement will result in a multiple award construction contract (MACC) to provide for new construction, renovation, alteration, demolition, and repair work by design-build or design-bid-build for facilities. The work will primarily be performed within the Naval Facilities Engineering Systems Command (NAVFAC) Northwest Area of Responsibility (AOR) including Washington, Oregon, Idaho, Montana, Alaska, Iowa, Minnesota, North Dakota, South Dakota, Nebraska, and Wyoming. It is anticipated that most of the work will occur in Washington State; however, projects could be located anywhere in the United States.
Types of projects include, but are not limited to administrative and industrial facilities, housing renovation, child care centers, lodges, recreation/fitness centers, retail complexes, warehouses, housing offices, community centers, commercial and institutional buildings, manufacturing and industrial buildings and other similar facilities.
The procurement consists of one solicitation with the intent to award approximately six to eight Indefinite-Delivery/Indefinite Quantity (IDIQ) construction contracts to the responsible Offerors whose proposals, conforming to the Request for Proposal (RFP), will be most advantageous to the Government resulting in the best value, price and technical factors considered. AWARD MAY BE MADE TO A FIRM OTHER THAN THAT SUBMITTING THE LOWEST PRICE. OFFERORS ARE ADVISED AWARD MAY BE MADE WITHOUT DISCUSSIONS OR ANY CONTACT CONCERNING THE PROPOSAL RECEIVED. THEREFORE, OFFERORS’ INITIAL PROPOSALS SHOULD CONTAIN THE OFFERORS’ BEST TERMS.
CONTRACT DESCRIPTION. This procurement will result in the award of a Firm-Fixed Price (FFP) Multiple Award IDIQ contract with no pre-established fixed contract prices. The actual amount of work to be performed and the time of such performance will be determined by the Contracting Officer or his/her properly authorized representative, who will issue written task orders to the contractor(s). Award of task orders will be on a FFP basis.
After award of the initial contracts, each awardee shall be provided a fair opportunity to be considered for each task order, except under those circumstances described in the contract. Each contract will consist of a three-year base period plus a five-year option period, or a total aggregate MACC value not-to-exceed $400,000,000.00, whichever occurs first. Task orders will typically range from $100,000 to $10,000,000 per order. The Government guarantees an award amount of $5,000 to each contract awarded as a result of this solicitation over the full term of the contract.
The seed project task order will be a design-build construction project within the NAVFAC Northwest AOR to renovate the regional dispatch center at Building 1103 at Naval Base Kitsap, Bangor, Silverdale, Washington.
One or more of the items under this acquisition is/are subject to the World Trade Organization Government Procurement Agreement and Free Trade Agreements.
AWARD INFORMATION: Phase 1 of the solicitation process will consist of Factor 1: Technical Approach, Factor 2: Experience, and Factor 3: Past Performance and Factor 4: Safety. Following the review, evaluation, and rating of these proposals, the Government intends to select the highest rated Offerors to receive the technical requirements package to participate in Phase 2 of this solicitation process. Approximately 10 of the highest rated offerors will be selected for Phase 2, in Phase II the solicitation, participants will be evaluated on: Factor 5: Technical Solution; and Price. The relative order of importance of the non-price evaluation factors is the technical factors (Factors 2, 4, and 5) are approximately equal in importance to each other and when combined are equal in importance to the performance confidence assessment (past performance) rating (Factor 3). When the proposal is evaluated as a whole, the technical factors and past performance/performance confidence assessment factor combined (e.g., the non-price evaluation factors) are approximately equal to price. The importance of price will increase if the Offeror’s non-price proposals are considered essentially equal in terms of overall quality, or if price is so high as to significantly diminish the value of a non-price proposal’s superiority to the Government. Award will be made to the responsible Offeror(s) whose offer conforms to the solicitation and represents the best-value to the Government, price and non-price factors considered.
The Government reserves the right to reject any or all proposals at any time prior to award; to negotiate with any or all proposers; to use tradeoff processes when it may be in the best interest of the Government; to consider award to other than the lowest priced proposer or other than the highest technically rated proposer; and award to the proposer submitting the proposal determined by the Government to be the most advantageous (best value) to the Government. Proposers should be advised THE GOVERNMENT FULLY INTENDS TO EVALUATE PROPOSALS AND AWARD THE CONTRACT WITHOUT DISCUSSIONS WITH OFFERORS. Therefore, proposals should be submitted initially on the most favorable terms.
ADDITIONAL INFORMATION. THIS SOLICITATION WILL BE OFFERED IN ELECTRONIC FORMAT ONLY. NO HARD COPIES WILL BE PROVIDED. The solicitation will be available on the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module at https://wawf.eb.mil/. Amendments will be posted on the website. This will be the only method of amendment distribution; therefore, it is the OFFERORS’ RESPONSIBILITY TO CHECK THE WEBSITE PERIODICALLY FOR ANY AMENDMENTS TO THE SOLICITATION. Prospective offerors MUST register themselves on the website. Training and instructions on how to submit your proposal are available at https://pieetraining.eb.mil/wbt/xhtml/wbt/sol/solicitation/. Offerors must also be registered in the System for Award Management (SAM) system at http://www.sam.gov/ in order to participate in this procurement.
Issue Date: Approximately late-February to early March 2022
Due Date for Proposals (Phase 1): Approximately March/April 2022
Due Date for Phase 2: Approximately July/August 2022
Estimated Award Date: February/March 2023
Anticipated Site Visit: Approximately June/July 2022 (TBD in Phase Two)
All inquiries should be submitted to Amanda Bonus at (360) 396-1865 or via email to Amanda.R.Bonus.civ@US.Navy.mil.
Attachments/Links
Contact Information
Contracting Office Address
- 1101 TAUTOG CIRCLE STE 203
- SILVERDALE , WA 98315-1101
- USA
Primary Point of Contact
- Amanda Bonus
- amanda.r.bonus.civ@us.navy.mil
- Phone Number 3603961865
Secondary Point of Contact
- Nancy Coffee
- nancy.m.coffee.civ@us.navy.mil
- Phone Number 3603960084
History
- Jun 30, 2022 11:55 pm EDTPresolicitation (Updated)
- May 03, 2022 02:13 pm EDTPresolicitation (Updated)
- Mar 23, 2022 04:55 pm EDTPresolicitation (Updated)
- Feb 24, 2022 03:30 pm ESTPresolicitation (Updated)
- Jan 12, 2022 06:51 pm ESTPresolicitation (Updated)
- Dec 16, 2021 04:54 pm ESTPresolicitation (Updated)
- Nov 24, 2021 11:27 am ESTPresolicitation (Updated)
- Nov 16, 2021 11:33 am ESTPresolicitation (Original)