INDEFINITE DELIVERY INDEFINITE QUANTITY (IDIQ) UNRESTRICTED MULTIPLE AWARD CONSTRUCTION CONTRACT (MACC) FOR NEW CONSTRUCTION, REPAIR, AND RENOVATION OF AIRFIELD PAVING AND HEAVY DUTY PAVING PROJECTS AT VARIOUS GOVERNMENT INSTALLATIONS LOCATED WITHIN THE N
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: Solicitation (Original)
- Original Published Date: Sep 12, 2023 05:19 pm PDT
- Original Date Offers Due: Nov 10, 2023 02:00 pm PST
- Inactive Policy: 15 days after date offers due
- Original Inactive Date: Nov 25, 2023
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: Y1BD - CONSTRUCTION OF AIRPORT RUNWAYS AND TAXIWAYS
- NAICS Code:
- 237310 - Highway, Street, and Bridge Construction
- Place of Performance: San Diego , CA 92132USA
Description
This procurement is being advertised as an unrestrictive Multiple Award Construction Contract (MACC) with one award reserved for a most highly qualified small business. This acquisition will result in the award of a Firm-Fixed Price, Indefinite Delivery Indefinite Quantity (IDIQ) MACC that will provide the design, construction, supervision, equipment, material, labor, and all means necessary for new construction, renovation and repair of airfield paving and heavy duty paving construction projects at various locations within the NAVFAC SW area of responsibility (AOR), including but not limited to, Government installations located in California, Arizona, Nevada, Utah, Colorado and New Mexico. The contracts will be procured using negotiated procedures, as it has been determined in accordance with Federal Acquisition Regulation (FAR) 6.401(b) to be the most appropriate method of procuring the subject solicitation. Projects on this MACC will be primarily design-bid-build, but the design-build process may be used in specific circumstances, as approved by NAVFAC SW Subject Matter Experts.
This is an 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. Award of task orders will be on a firm fixed price basis.
The base contract period will be for one (1) two-year base period and three (3) one-year option period for a maximum of five (5) years. The estimated maximum dollar value, including the base period and option for all contracts combined is $495,000,000. Task orders will range between $500,000 and $50,000,000. Task orders may fall below or above this limit; however, contractors are not obligated to accept such task orders under the general terms of the contract. The only work authorized under this contract is work ordered by the government through issuance of a task order. The government makes no representation as to the number of task orders or actual amount of work to be ordered, however, during the term of the contract, a minimum of $5,000 is guaranteed to be ordered from each awardee, under the performance period of the contract. Contractors are not guaranteed work in excess of the minimum guarantee.
The Government intends to evaluate proposals and award contract(s) without discussions. Selection for award will be based on evaluation of the following: Factor 1 - Technical Approach, Factor 2 - Experience, Factor 3 - Past Performance, Factor 4 – Safety, Factor 5 – Small Business Participation, and Factor 6 - Price - Based on Proposed Task Order 0001. Source Selection procedures will be used and award may be made to the offeror whose proposal is the most advantageous and offers the best value to the government, price and other factors considered. No site visit will be held and no pre-proposal conference will be conducted.
Attachments/Links
Contact Information
Contracting Office Address
- 750 PACIFIC HIGHWAY
- SAN DIEGO , CA 92132-0001
- USA
Primary Point of Contact
- Britney Potestio
- britney.l.machado-potestio.civ@us.navy.mil
- Phone Number 6197054665
Secondary Point of Contact
- Christina Laudick
- christina.d.laudick.civ@us.navy.mil
- Phone Number 6197054660
History
- Mar 25, 2024 03:57 pm PDTSolicitation (Updated)
- Mar 25, 2024 03:33 pm PDTSolicitation (Updated)
- Mar 25, 2024 03:31 pm PDTSolicitation (Updated)
- Dec 06, 2023 08:55 pm PSTSolicitation (Updated)
- Nov 14, 2023 05:16 pm PSTSolicitation (Updated)
- Nov 09, 2023 09:49 am PSTSolicitation (Updated)
- Nov 09, 2023 09:47 am PSTSolicitation (Updated)
- Nov 08, 2023 04:29 pm PSTSolicitation (Updated)
- Nov 07, 2023 04:07 pm PSTSolicitation (Updated)
- Nov 02, 2023 03:56 pm PDTSolicitation (Updated)
- Oct 30, 2023 03:52 pm PDTSolicitation (Updated)
- Oct 30, 2023 03:47 pm PDTSolicitation (Updated)
- Oct 16, 2023 02:55 pm PDTSolicitation (Updated)
- Oct 04, 2023 02:43 pm PDTSolicitation (Updated)
- Sep 27, 2023 11:24 am PDTSolicitation (Updated)
- Sep 26, 2023 03:50 pm PDTSolicitation (Updated)
- Sep 19, 2023 02:35 pm PDTSolicitation (Updated)
- Sep 12, 2023 05:19 pm PDTSolicitation (Original)
- Mar 17, 2023 08:59 pm PDTSources Sought (Updated)