SMALL BUSINESS IDIQ MULTIPLE AWARD CONSTRUCTION CONTRACT FOR GENERAL CONSTRUCTION PROJECTS IN WASHINGTON DC, MARYLAND AND VIRGINIA AREAS OF RESPONSIBILITY
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: Jun 27, 2023 01:03 pm EDT
- Original Published Date: Jun 27, 2023 01:02 pm EDT
- Updated Response Date:
- Original Response Date:
- Inactive Policy: Manual
- Updated Inactive Date: Apr 01, 2024
- Original Inactive Date: Apr 01, 2024
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: Y1AZ - CONSTRUCTION OF OTHER ADMINISTRATIVE FACILITIES AND SERVICE BUILDINGS
- NAICS Code:
- 236220 - Commercial and Institutional Building Construction
- Place of Performance:
Description
PRE-SOLICITATION NOTICE
This notice does NOT constitute a request for proposal, request for quote or invitation for bid. The intent of this synopsis is to make notice of a proposed contract action for Indefinite Delivery/Indefinite Quantity (ID/IQ) Design-Build (DB)/Design-Bid-Build (DBB), Small Business (SB) Multiple Award Construction Contract (MACC) for General Construction Projects primarily in the Washington D. C., Maryland and Virginia Areas of Responsibility (AOR).
PROJECT DESCRIPTION
This contract(s) will require the ability to manage multiple service task orders concurrently across the identified AOR. This MACC will encompass a wide range of DB and DBB projects that include, but are not limited to, new construction, demolition, repair, alteration, and renovation of buildings systems and infrastructure. Types of facilities may include, but not limited to, administrative, industrial, maintenance, warehouses, communications, personnel support, recreation, lodging, medical, training, ranges, airfields, hangers, roads, etc. Lead or asbestos abatement may be required. Work in explosive facilities may be required. The selected contractor(s) will be responsible for all labor, supervision, engineering, design, materials, equipment, tools, parts, supplies, and transportation to perform all of the services described in the drawings and specifications provided for each individual project.
It is anticipated that approximately eight (8) contracts will be awarded as a result of this potential solicitation unless more or less than eight (8) is determined to be the best value to the government by the Source Selection Authority.
Projects awarded on this MACC will have an estimated construction cost of approximately $2,000,000 to $15,000,000; however, smaller and larger dollar value projects may be considered at the discretion of the Contracting Officer. The resulting contracts will have an aggregate capacity of $750 Million and will include 2-year base ordering period, plus two (2) 3-year ordering period options.
Firms shall demonstrate a minimum bonding capacity per project of at least $15,000,000 and an aggregate bonding capacity of $95,000,000.
The procurement method utilized is the Federal Acquisition Regulation (FAR) Part 15, “Contracting by Negotiation.”
This solicitation is being advertised as a Small Business Set-Aside. This source selection procurement requires both non-price (technical and past performance) and price proposals and will utilize the best value continuum process at FAR 15.101-1, Tradeoff. The basis for evaluation and evaluation factors for award will be included in the solicitation.
The appropriate Northern American Industry Classification System (NAICS) code for this procurement is 236220 – Commercial and Institutional Building Construction, and the Small Business Size Standard is $45,000,000.
This is a new procurement. It does not replace an existing contract. No prior contract information exists.
The contract term will be a base period of two (2) years from the date of contract award with 2 (two) three-year option periods, not to exceed 96 months.
This office anticipates award of a contract for these services by January 2024.
Based on the market research conducted for this procurement, there is a reasonable expectation that two or more capable small businesses will propose on this requirement. Successful award and completion of the requirements can be achieved by soliciting this contract as a Small Business Set-Aside, as stated in the DD2579, Small Business Coordination Record. The NAVFAC Assistant Deputy Director for Small Business concurred with the recommendation on 03 February 2022. On 08 February 2022, the Small Business Administration (SBA) Procurement Center Representative (PCR) approved the DD2579.
The Request for Proposal (RFP) will be issued on or about 01 September 2023. All documents will be in Adobe PDF file format and downloadable from the PIEE and Sam.gov websites. The official address to the solicitation is https://piee.eb.mil and https://www.sam.gov. Contractors are encouraged to register for the solicitation when downloading from the website. Only registered contractors will be notified by email when amendments to the solicitation are issued. A free Acrobat Reader, required to view the PDF files, can be downloaded from the Adobe website.
IMPORTANT NOTICE: All prospective offerors must be registered in the System for Award Management (SAM). You must have an active registration in SAM to do business with the federal government. For additional information, go to https://www.sam.gov.
Questions regarding this notice should be directed to Deanna Ward at deanna.d.ward.civ@us.navy.mil.
Attachments/Links
Contact Information
Contracting Office Address
- 1314 HARWOOD STREET SE
- WASHINGTON NAVY YARD , DC 20374-5018
- USA
Primary Point of Contact
- DEANNA WARD
- deanna.d.ward.civ@us.navy.mil
- Phone Number 2026858411
Secondary Point of Contact
History
- Apr 01, 2024 11:55 pm EDTPresolicitation (Updated)
- Jun 27, 2023 01:03 pm EDTPresolicitation (Updated)
- Jun 27, 2023 01:02 pm EDTPresolicitation (Original)