N44255-24-R-1504 Waterfront MACC, NAVFAC Northwest
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: Sources Sought (Original)
- Original Published Date: Jul 10, 2024 12:10 pm PDT
- Original Response Date: Jul 19, 2024 12:00 pm PDT
- Inactive Policy: 15 days after response date
- Original Inactive Date: Aug 03, 2024
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: Z2PZ - REPAIR OR ALTERATION OF OTHER NON-BUILDING FACILITIES
- NAICS Code:
- Place of Performance: Silverdale , WA 98383USA
Description
This is a Sources Sought Notice only and is not a request for proposal or invitation for bid.
Naval Facilities Engineering Systems Command Northwest (NAVFAC) Northwest is seeking responses from construction firms capable of performing a Design-Build (DB)/Design-Bid-Build (DBB) Indefinite Delivery Indefinite Quantity (IDIQ) MACC for Waterfront Construction Services.
This contract will require the ability to manage multiple task orders concurrently across the NAVFAC Northwest Area of Responsibility (AOR). The planned contract consists of Design/Build work for new construction, renovation, alteration, and repair. Work may include dredging and disposal, demolition, and construction related operations (both in and above water) of waterfront facilities, including but not limited to piers, wharves, quay walls, bulkheads, sea walls, dry docks, boat ramps, docks and marinas, shore protection, rip rap, breakwaters, wave attenuation, mooring dolphins, buoys, primary and secondary fendering, pile driving and sheet piles.
Work also includes design and construction of all utilities and other facilities in the waterfront area and/or related to waterfront operations in support of Navy vessels and port operations. This contract is intended for Marine-Waterfront Construction Services; however, projects in upland locations may be required. Upland projects will not exceed 20% of the total value of the contract and include NAICS 236220 Commercial and Institutional Building Construction.
The primary North American Industry Classification System (NAICS) Code is 237990 Other Heavy and Civil Engineering Construction; The Small Business Size Standard is $45M. It is anticipated that the preponderance of task orders issued for work under this MACC will be within NAICS 237990; although, all NAICS codes will be utilized to fulfill anticipated requirements for the Waterfront MACC.
The period of performance will be for one (1) two-year base period and one (1) three-year option period for a maximum duration of five (5) years, or an aggregate maximum capacity of $700M, whichever occurs first. Task orders under this MACC will be issued as Firm-Fixed-Price (FFP), with an anticipated task order range of approximately $100 thousand - $200 million, however smaller dollar value projects may be considered. It is anticipated that approximately 8-10 contracts may be awarded under this MACC.
MACC awardees will have the necessary experience, supervision, engineering, design, materials, personnel, and capability to perform the work described at various installations and facilities in the NAVFAC Northwest 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.
Each interested firm is requested to return a completed response form (attached) that addresses the following criteria:
- TYPE OF BUSINESS: State whether your firm is a large or small business. If a small business, state whether Small, HUBZone, Small Disadvantaged, Service Disabled Veteran-Owned, and/or Woman-Owned. See FAR Part 19 Small Business Programs for descriptions.
- BONDING CAPABILITY: Provide your firm’s per project and cumulative bonding capabilities in the response.
- PROJECT EXPERIENCE: Provide up to five (5) example projects which best demonstrate the company’s experience relative to the types of work covered by this requirement. Example projects are to be representative of NAICS 237990, the description above, and be similar in size, scope and complexity to this requirement. Example projects should be substantially complete within the past seven (7) years and may include federal, state or local Government, and/or commercial projects. Submission of more than five (5) example projects is not requested.
Within the Narrative Description section of the response form, describe each project sufficiently to demonstrate your firm’s relevant experience with the types of work described in this notice. State if your firm owns its own waterfront equipment (pile driving, floating cranes, etc.) or how it will obtain waterfront equipment throughout the contract period of performance. Only provide projects where your firm acted as the Prime. Include projects that demonstrate construction and/or design experience with new construction, renovation, alteration demolition, and/or repair work by DB and/or DBB for anticipated scope elements which may include:
NAICS 237990: marine piers and wharves, quay walls, bulkheads, sea walls, dry docks, boat ramps, docks and marinas, shore protection, rip rap, breakwaters, wave attenuation, mooring dolphins, buoys, primary and secondary fendering, pile driving, sheet piles, structural repairs, waterfront utilities, dredging and disposal, or other similar facilities and scope elements.
The intent of this notice is to identify potential offerors for market research purposes and to determine technical capabilities, bonding capacity and potential set-aside opportunities. Any interested firm, including potential Joint Ventures (JV), may participate and are invited to respond to this sources sought by completing and returning the response form provided with the announcement.
Respondents will not be notified of the results of the sources sought. This is not a solicitation for proposals and no contract will be awarded from this announcement. No reimbursement will be made for any costs associated with providing information in response to this announcement. There is no bid package or solicitation. No presentations will be scheduled and contractor responses will be provided in writing via e-mail as described in this notice. All information provided will be held in a confidential manner.
Please respond to this announcement at your earliest opportunity, but not later than 12:00 p.m. Pacific Daylight Time, 19 July 2024 by submitting an e-mail with an attached electronic copy of your response to:
emily.m.slate.civ@us.navy.mil and jessica.a.christensen7.civ@us.navy.mil
Please name the subject line of your e-mail as “(Insert Company Name) – Waterfront MACC Sources Sought Response – N4425524R1504”. Emails can be no larger than 5 MB in size. If more than 5 megabytes are needed, more than one email may be sent.
Attachments/Links
Contact Information
Contracting Office Address
- 1101 TAUTOG CIRCLE STE 203
- SILVERDALE , WA 98315-1101
- USA
Primary Point of Contact
- Emily SLATE
- emily.m.slate.civ@us.navy.mil
Secondary Point of Contact
- Jessica Christensen
- jessica.a.christensen7.civ@us.navy.mil
History
- Aug 03, 2024 08:55 pm PDTSources Sought (Original)