Skip to main content

An official website of the United States government

You have 2 new alerts

DESIGN-BUILD MULTIPLE AWARD CONSTRUCTION CONTRACT (DBMACC) PRIMARILY FOR U.S. MILITARY CONSTRUCTION PROJECTS IN GUAM AND OTHER AREAS UNDER THE COGNIZANCE OF NAVFAC PACIFIC

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: Jul 19, 2024 02:06 pm HST
  • Original Published Date: May 22, 2024 10:24 am HST
  • Updated Date Offers Due: Aug 06, 2024 02:00 pm HST
  • Original Date Offers Due: Jul 09, 2024 02:00 pm HST
  • Inactive Policy: Manual
  • Updated Inactive Date: Sep 30, 2024
  • Original Inactive Date: Sep 30, 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

Construction services are required for an Indefinite Delivery, Indefinite Quantity (IDIQ) type multiple award construction contract (MACC) for the acquisition of U.S. Military design and construction projects in the Territory of Guam, but may include and other areas under the cognizance of the Naval Facilities Engineering Command (NAVFAC), Pacific.

All work under the MACC will be initiated by task orders that will be competed amongst only the MACC holders (firms awarded one of the potential contracts). Contractors will be expected to accomplish a wide variety of individual construction tasks, including design/build and design-bid-build renovation, additions/upgrades and new construction. Work may include, but is not limited to, barracks/dormitories, administrative facilities, communication facilities, educational facilities, medical/dental/hospital facilities, dining facilities, industrial facilities, warehouse facilities, ranges, operational/training facilities, roads, streets, bridges, site utilities/ infrastructure, dredging, and aviation facilities (including hangars and aprons) and other base development facilities. Projects may also require incorporation of sustainable features.

A MACC is a contract awarded from a single solicitation, and may result in award to multiple contractors. This procurement consists of one solicitation with the intent to award a minimum of three (3) Indefinite Delivery Indefinite Quantity (IDIQ) type construction contracts to the Offerors whose proposals, conforming to the RFP, represent the most advantageous offers to the Government resulting in the best value, price and technical factors considered. Successful Offerors will compete for future work during the term of the contract. If determined to be in the best interest of the Government, less than three (3) contracts may be awarded or the Government may cancel the procurement.

Work to be performed under the MACC will be within the primary North American Industry Classification System (NAICS) code 236220 – Commercial and Institutional Building Construction, average annual receipts is $45 million over the past three years. However, it will also include Subsection 237 – Heavy and Civil Engineering Construction, average annual receipts of $45 million over the past three years.

Sources sought notice N62742FY25SS for this procurement was posted in SAM.gov from     6 October 2023 to 19 October 2023, and a market survey was conducted that included an assessment of relevant qualifications and capabilities of potentially qualified firms. As a result of the market research analysis, a determination was made to solicit this procurement on an UNRESTRICTED basis inviting full and open competition.

This is a two-phase design-build, best value, trade off procurement. The Government intends to evaluate phase-one submissions and to move forward to phase-two without conducting discussions with any Offeror, except for clarifications as described in FAR 15.306(a). However, the Government reserves the right to conduct discussions with phase-one Offerors, if required. A pre-proposal site visit will be scheduled during phase-two.

The phase-one non-price evaluation factors are anticipated to be FACTOR 1, Technical Approach; FACTOR 2, Experience; and FACTOR 3, Performance Confidence Assessment (Past Performance). The phase-one documents will be available through the System for Award Management (SAM) website at the following link https://www.sam.gov. Revisions to any posted documents will be posted to the SAM website. It is the responsibility of the Offeror to check the SAM website periodically for any revisions to the posted documents. In accordance with FAR 4.11, all prime firms, including any newly formed Joint Ventures/Limited Liability Companies (LLCs), are required to be registered in SAM at the time of offer.

Printed copies or CDs of the RFP will not be issued.

The phase-two non-price evaluation factors are anticipated to be FACTOR 4, Safety and FACTOR 5, Small Business Utilization and Participation.

The term of the contract is anticipated to be 96 months (base period of 60 months, with three 12-month option periods) or $15B for all contracts combined, whichever occurs first. Task orders will typically range between $25,000,000 and $1,000,000,000. Task orders may be above this limit; however, contractors are not obligated to accept such task orders under the general terms of the contract. Task orders may require both design and construction services. 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 $25,000 is guaranteed for each awardee under the contract. As task orders are awarded that exceed the $25,000, the $25,000 minimum guarantee will be deobligated and the Government’s obligation for the minimum guarantee for the contract will be satisfied.

In support of the design-build task orders, MACC holders shall retain the services of professional architect-engineer (A-E) firms experienced with multi-disciplined architectural-engineering design efforts. A-E firms employed shall have active U.S. professional registration or equivalent qualifications. Note: During contract execution, U.S. registration will be required for all architects or engineers who approve designs.

Contact Information

Contracting Office Address

  • 258 MAKALAPA DR STE 100
  • JBPHH , HI 96860-3134
  • USA

Primary Point of Contact

Secondary Point of Contact

History