Skip to main content

An official website of the United States government

You have 2 new alerts

Design-Build and Design-Bid-Build Indefinite Delivery Indefinite Quantity Multiple Award Construction Contract for the NAVFAC SE Gulf Coast Area of Responsibility

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 14, 2022 04:46 pm EDT
  • Original Published Date: May 23, 2022 12:47 pm EDT
  • Updated Date Offers Due: Jun 22, 2022 03:00 pm EDT
  • Original Date Offers Due: Jun 22, 2022 03:00 pm EDT
  • Inactive Policy: Manual
  • Updated Inactive Date: Jun 14, 2023
  • Original Inactive Date: May 23, 2023
  • 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

This solicitation will result in the award of one MACC with approximately five (5) Design-Build and Design-Bid-Build IDIQ construction contracts, unless a number more than five (5) is determined to be in the best interest of the Government. The total aggregate value for all contracts to be awarded from any resultant solicitation is $249,000,000 maximum over a five (5) year ordering period. There is no yearly or per contractor limit except for the total five (5) year maximum. Task orders will be firm-fixed-priced, normally in the range of $250,000 to $6,000,000 per order. However, task orders under or over these amounts may be considered if deemed to be in the Government?s best interest.Construction projects to be performed will primarily consist of general building type projects (new construction, renovation, alteration, demolition, and repair work) including but not limited to: 1) aviation and aircraft facilities, 2) marine facilities, 3) barracks and personnel housing facilities, 4) administrative facilities, 5) warehouses and supply facilities, 6) training facilities, 7) personnel support and service facilities, 8) security level facilities, 9) abatement and handling of hazardous/regulated materials (including and not limited to asbestos, lead paint, mold remediation, and PCB?s). Projects will require either single discipline or multi-discipline design services or may include 100% construction performance specifications.The work will be performed primarily in the states of Florida, Louisiana, Mississippi and, Tennessee. The work will be performed but is not limited to the following areas: NAS Pensacola, NSA Panama City, NAS JRB New Orleans, NAS Whiting Field, NAS Meridian, NCBC Gulfport, and NSA Mid-South. Work may be required in other locations in the area of responsibility of NAVFAC SE if deemed necessary and approved by the NAVFAC SE Chief of Contracting Office.The source selection method to be used is a best value continuum process in a negotiated two-phase acquisition utilizing the trade-off approach. Formal two-phase source selection will be used to select the proposals that providethe best value to the Government from a technical and price standpoint. In accordance with FAR Subparts 15.1 and 15.3, a trade-off approach to source selection will be used for this solicitation with respect to the initial award.Offerors selected to proceed to Phase-Two will be required to submit a technical and price proposal for a seed project. Offerors who fail to submit a technical and a price proposal will not be considered for an award. The offeror with the best value proposal for the seed project will be awarded an IDIQ under the MACC for a five (5) year ordering period and the seed project task order. The remaining four (4) selected offerors will be awarded an IDIQ under the MACC for a five (5) year ordering period with a minimum guarantee of $1,000.00 over the five (5) year period. *Visit 'https://piee.eb.mil/sol/xhtml/unauth/search/oppMgmtLink.xhtml?solNo=N6945022R0063' to obtain more details.*

Contact Information

Contracting Office Address

  • COMMANDING OFFICER B-903 YORKTOWN
  • NAS JACKSONVILLE , FL 32212-0030
  • USA

Primary Point of Contact

Secondary Point of Contact





History