Skip to main content

An official website of the United States government

You have 2 new alerts

NRDE GENERAL CONSTRUCTION IDIQ JOC FOR NRL, DC AND NSWC CARDEROCK, MD

info alert

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 (Updated)
  • Updated Published Date: Jun 07, 2022 07:28 am EDT
  • Original Published Date: May 17, 2022 10:04 pm EDT
  • Updated Date Offers Due: Jun 16, 2022 11:00 am EDT
  • Original Date Offers Due: Jun 16, 2022 11:00 am EDT
  • Inactive Policy: Manual
  • Updated Inactive Date: Jul 17, 2022
  • Original Inactive Date: Jul 17, 2022
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: Y1JZ - CONSTRUCTION OF MISCELLANEOUS BUILDINGS
  • NAICS Code:
  • Place of Performance:

Description

NRDE GENERAL CONSTRUCTION IDIQ JOC FOR NRL, DC; NRL CHESAPEAKE BEACH DETACHMENT; AND NSWC CARDEROCK, MDGeneral Construction Indefinite Delivery Indefinite Quantity Contract (IDIQ) Job Order Contract (JOC) for general construction projects and related services valued between $2,000 and $1,000,000 for the Chesapeake Bay Detachment, Naval Research Laboratory (Washington DC), and Naval Warfare Center Carderock, MD locations. The solicitation w ill result in a single award IDIQ general construction JOC contract. The period of performance is for a 1-year base, and four (4) 1-year option periods. The maximum value for all Option years is $50M. The Source Selection Process is Low est Price Technically Acceptable (LPTA). This procurement is 100% set-aside for 8(a) Small Businesses under North American Industrial Classification System (NAICS) 236220 with a size standard of $39.5 million. SBA WMADO Requirement 21-3323. *Visit 'https://piee.eb.mil/sol/xhtml/unauth/search/oppMgmtLink.xhtml?solNo=N4008022R9543' to obtain more details.*

Contact Information

Contracting Office Address

  • 1314 HARWOOD STREET SE
  • WASHINGTON NAVY YARD , DC 20374-5018
  • USA

Primary Point of Contact

Secondary Point of Contact





History