SOLICITATION NOTICE
Z -- Design-Build/Design-Bid-Build, Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC) for General Construction Services for NAVFAC Mid-Atlantic's Marine Corps Installations (MCI) East AOR
- Notice Date
- 2/13/2025 11:31:02 AM
- Notice Type
- Presolicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- NAVFACSYSCOM MID-ATLANTIC NORFOLK VA 23511-0395 USA
- ZIP Code
- 23511-0395
- Solicitation Number
- N4008525R2507
- Response Due
- 3/2/2025 11:00:00 PM
- Archive Date
- 03/18/2025
- Point of Contact
- James Godwin, Phone: 7573411999
- E-Mail Address
-
james.a.godwin41.civ@us.navy.mil
(james.a.godwin41.civ@us.navy.mil)
- Description
- This notice does NOT constitute a request for proposal, request for quote or invitation for bid. The intent of this pre-solicitation synopsis is to make notice of a proposed contract action for a Design-Bid-Build (DBB), Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC) for General Construction Services within the NAVFAC Mid-Atlantic's Marine Corps Installations (MCI) East Area of Responsibility (AOR), including North Carolina and South Carolina. This solicitation is being advertised as ""Unrestricted"" for full and open competition. 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. Large business concerns are required to submit a subcontracting plan prior to award of the contract. 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. PROJECT DESCRIPTION: Construction projects to be performed under this MACC will require the ability to manage multiple task orders concurrently across NAVFAC Mid-Atlantic's Marine Corps Installations (MCI) East 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 and may include civil, structural, mechanical, electrical, fire protection, and communication systems. Types of facilities include administrative, industrial, maintenance, warehouses, hangars, communications, personnel support, recreation, lodging, dormitory, medical, roads, etc. The Government intends to award no more than five (5) contracts resulting from this solicitation. This solicitation will result in a competitively negotiated firm fixed-price IDIQ MACC. The aggregate value of all contracts awarded from any resultant solicitation is anticipated to be $975,000,000 over the base year and four option periods combined, not to exceed 60 months. Task orders will be firm fixed-priced, normally in the range of $15,000,000 to $50,000,000 per order. However, task orders under or over these amounts may be considered if deemed to be in the Government�s best interest and approved by the Contracting Officer. The Government guarantees an award of $5,000 to each successful offeror over the full term of the contract, including option years. The initial project (�seed project�) that will be awarded as the first task order concurrently with the basic contract is P-1538, SOF Armory located at MARSOC Complex, Stone Bay, Marine Corps Base (MCB) Camp Lejeune, North Carolina. The intent of this project is to construct an SOF Armory building, supporting site infrastructure extensions, and distribution and improvements. Site infrastructure includes domestic water distribution, sanitary sewer distribution, and comm utility distribution. Site improvements include POV parking lots, tactical drives and aprons, Armory compound fencing and MARSOC installation fencing perimeter, and incidental related work. The completion time for the seed project is 835 calendar days after award. In accordance with DFARS 236.204, the magnitude of construction for the seed project is between $10,000,000 and $25,000,000. A Dynamic Small Business Search (DSBS) was conducted, and a revised Sources Sought Notice was issued on 12 November 2024, seeking eligible Small Business, Veteran-Owned Small Business, Service-Disabled Veteran-Owned small business, HUBZone Small Business, Small Disadvantaged Business (including 8(a) participants), and Women-Owned Small Business concerns to determine the opportunity for a set-aside. The Government invited prospective offerors with the capabilities of performing construction services that meet or exceed the stated requirements to submit a capabilities statement. Respondents were required to submit relevant experience in performing efforts of similar size, scope, and complexity within the last five (5) years. Based on the market research conducted for this procurement and in accordance with FAR 19.501(c), the Contracting Officer has determined that there is not a reasonable expectation that an adequate number of Small Business firms would respond to or be qualified to perform the requirements of this solicitation. Successful award and completion of the requirements can be achieved by soliciting the contract as ""Unrestricted"" for full and open competition. A DD2579 Small Business Coordination Record was approved by the NAVFAC MIDLANT Small Business Professional on 14 January 2025. On 22 January 2025, the Small Business Administration (SBA) Procurement Center Representative (PCR) concurred with this recommendation. The solicitation will be issued by NAVFAC Mid-Atlantic, CON21 on or about 03 March 2025. 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 James Godwin, (757) 341-1999, Email: james.a.godwin41.civ@us.navy.mil.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/c428e92e854043fc8efec4986df163d4/view)
- Place of Performance
- Address: Camp Lejeune, NC, USA
- Country: USA
- Country: USA
- Record
- SN07342211-F 20250215/250213230034 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |