Indefinite Delivery Indefinite Quantity (IDIQ) 8(a) Small Business Set-Aside Multiple Award Construction Contract (MACC) for New Construction, Renovation, and Repair Of General Building Construction at Various Government Installations
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: Sep 12, 2023 10:50 am PDT
- Original Published Date: Dec 05, 2022 12:51 pm PST
- Updated Date Offers Due: Feb 16, 2023 02:00 pm PST
- Original Date Offers Due: Jan 19, 2023 02:00 pm PST
- Inactive Policy: Manual
- Updated Inactive Date: Jan 19, 2024
- Original Inactive Date: Jan 19, 2024
- 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:
Description
This procurement is for a multiple award construction contract (MACC) and is being advertised as a set-aside for 8(a) Concerns. All Offerors being evaluated will be considered equal. No preferences will be given. This procurement uses the two-phase design-build selection procedures and consists of one solicitation covering both phases with the intent to award three or more Indefinite Delivery Indefinite Quantity (IDIQ) construction contracts to the responsible proposers whose proposals, conforming to the Request for Proposal (RFP), will be most advantageous to the Government resulting in the Best Value, price and other factors considered.
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 work to be acquired under this solicitation is for new construction, repair, and renovation by design-build or design-bid-build of commercial and institutional buildings at various government installations within the NAVFAC Southwest area of responsibility including, but not limited to: California, Arizona, Nevada, Utah, Colorado, and New Mexico. The work will be for Commercial and Institutional Building projects that may include, but are not limited to: administration buildings, armories, auditoriums, Bachelor Enlisted Quarters (BEQs), child care centers, fire stations, gymnasiums, hangars, hospitals, maintenance/repair facilities, warehouses, and other similar facilities. The North American Industry Classification System (NAICS) code is 236220, and the annual size standard is $39.5 million.
The base contract period will be for one (1) two (2) year base period and one (1) three-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 $395,000,000. Task orders will range between $100,000 and $5,000,000. 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: Phase One: Factor 1 - Technical Approach, Factor 2 - Experience, and Factor 3 - Past Performance; Factor 4 - Safety; Phase Two: Factor 5 - Technical Solution, 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.
Please ensure to include the secondary point of contact should you have any questions.
Attachments/Links
Contact Information
Contracting Office Address
- 750 PACIFIC HIGHWAY
- SAN DIEGO , CA 92132-0001
- USA
Primary Point of Contact
- Britney Potestio-Collins
- britney.l.potestio-collins.civ@us.navy.mil
- Phone Number 6197054665
Secondary Point of Contact
- Chad Slade
- chad.a.slade@navy.mil
- Phone Number 6195324135
History
- Jan 19, 2024 08:55 pm PSTSolicitation (Updated)
- Sep 12, 2023 10:50 am PDTSolicitation (Updated)
- Feb 13, 2023 01:03 pm PSTSolicitation (Updated)
- Feb 02, 2023 10:02 am PSTSolicitation (Updated)
- Jan 26, 2023 09:47 am PSTSolicitation (Updated)
- Jan 20, 2023 08:53 am PSTSolicitation (Updated)
- Jan 11, 2023 02:17 pm PSTSolicitation (Updated)
- Jan 04, 2023 03:20 pm PSTSolicitation (Updated)
- Dec 29, 2022 10:59 am PSTSolicitation (Updated)
- Dec 05, 2022 12:51 pm PSTSolicitation (Original)
- Oct 30, 2021 08:56 pm PDTSources Sought (Original)