SOLICITATION NOTICE
Z -- REQUEST FOR INFORMATION (RFI)/SOURCES SOUGHT (SS) � Construction MAC
- Notice Date
- 3/26/2025 10:04:27 AM
- Notice Type
- Presolicitation
- NAICS
- 2362
—
- Contracting Office
- NSWC CRANE CRANE IN 47522-5001 USA
- ZIP Code
- 47522-5001
- Solicitation Number
- N0016425R1013
- Response Due
- 4/30/2025 1:00:00 PM
- Archive Date
- 06/13/2025
- Point of Contact
- Aaron Hohl
- E-Mail Address
-
aaron.m.hohl.civ@us.navy.mil
(aaron.m.hohl.civ@us.navy.mil)
- Description
- AMENDMENT 0002: N0016425R1013 � PRESOLICITATION � FACILITY AND CONSTRUCTION � FSC/PSC Z1HB � NAICS 2362 COMPETITIVE PROCUREMENT � AMENDMENT 02 � THE PURPOSE OF AMENDMENT 02 IS TO EXTEND THE CLOSING DATE TO 4/30/2025 AND TO PROVIDE RESPONSE TO QUESTIONS RECEIVED IN REFERENCE TO THE DRAFT SOLICITATION. ALL QUESTIONS SHOULD BE SUBMITTED THROUGH MR. AARON HOHL, CODE 0253 at e-mail aaron.m.hohl.civ@us.navy.mil. Notification that Solicitation No. N0016425R1013 is posted in Procurement Integrated Enterprise Environment (PIEE) Solicitation Module (PSM) at the following link: https://piee.eb.mil/sol/xhtml/unauth/search/oppMgmtLink.xhtml?solNo=N0016425R1013 The following is a summary of Question and Response to submitted draft solicitation questions: How many contractors does the Government plan to award? Response � The Government intends to make awards to all qualifying offerors. The Government reserves the right to limit awards based on quantity of proposals received, on the quality of the proposals received, and the availability of funds. Would the Government consider limiting awards to a smaller group of contractors for better workload management? Response � No, the Government intends to make awards to all qualifying offerors. Has the Government considered potential impacts on bid quality and participation by awarding too many contracts? Response � No, the Government prescribed acquisition strategy identified in the draft solicitation is expected to result in maximum number of qualifying offerors capable of performing the volume of multiple anticipated construction projects post contract award. Would fewer contractors potentially enhance quality control, contractor performance, and simplify management? Response � No, the Government intends to only award to offerors who are capable of performing the volume of multiple anticipated construction projects post contract award. What is the expected typical dollar range or size (smallest, average, largest) of individual task orders anticipated under this contract? Response � The Government will state the magnitude of construction projects of the requirements at the individual Task Order. The Government estimates between $50,000 to $2,000,000 per individual Task Order. Is there an anticipated maximum value for single task orders under the MACC? Minimum? Response � The estimated combined value for all MAC IDIQs shall not exceed $48.7 million. The MAC IDIQ contract minimum is $500 (firm-fixed-price) for each awardee. The Government updated Clause 52.216-19(a) Minimum order. When the Government requires supplies or services covered by this contract in an amount of less than $500, the Government is not obligated to purchase, nor is the Contractor obligated to furnish, those supplies or services under the contract. Will task orders generally fall into specific cost categories (e.g., smaller renovation or maintenance jobs vs. large, specialized projects)? Response � Section 00 73 00 - Supplementary Conditions describes the Task Order Ordering Procedure. Section 01 00 00 - General Requirements describes the description of work to be ordered via the Task Order ordering procedures. What specific single-project and aggregate bonding capacities are contractors expected to demonstrate to be eligible for award? Response � To be eligible for award, the Offeror shall submit a surety letter from the Contractor�s bonding company which indicates the preapproved single project and aggregate program bonding capacity. Note � The Government reserves the right to limit awards based on quantity of proposals received, on the quality of the proposals received, and the availability of funds. Lower preapproved single project and aggregate program bonding capacity may result in lesser quality of proposal resulting in an award decision based on the quality of the proposals received and the availability of funds. The RFP requires a minimum of 40% subcontracting to small businesses, including HUBZone and other disadvantaged categories. Can lower-tier (second-tier and below) subcontractors contribute toward meeting this 40% requirement, or does it only apply to direct, first-tier subcontractors hired by the prime contractor? Response � This requirement applies to first-tier subcontractors hired by the prime contractor. As a small business ourselves, are we required to submit a formal Small Business Participation Plan as outlined in the solicitation? If not required, should we clearly state our small business status within our proposal to ensure compliance and prevent misunderstandings during evaluation? Response � Small Business Subcontracting Plans are not required from small business entities in accordance with FAR 19.702(b)(1). Do we need to provide any specific documentation or certifications regarding our small business status as part of our proposal submission, beyond our SAM registration? Response � The Offeror Cover Letter shall identify any assumptions. In addition, Offerors are required to provide Solicitation Fill-Ins. If a contractor lacks specific experience in certain specialized areas (e.g., explosive storage, battery labs, or anti-terrorism upgrades), but demonstrates solid general construction experience, will their proposal still be considered acceptable? Response � The award decision will be determined based on the Government�s evaluation of each Offeror�s proposal against the evaluation factors identified within this solicitation. Award will be made to all qualifying offerors whose proposal demonstrates acceptability under all factors. The Government reserves the right to limit awards based on quantity of proposals received, on the quality of the proposals received, and the availability of funds. How heavily will specialized versus general construction experience be weighed in the evaluation? Response � The Government will not rank offerors, however, the Government reserves the right to limit awards based on quantity of proposals received, on the quality of the proposals received, and the availability of funds. In the event of an award decision to limit awards based on quantity of proposals received, awards will be based on assigned of Strengths, Weaknesses, Deficiencies, and Risk assigned to each offeror�s proposal. Will there be any HUBZone-specific evaluation preference or set-aside in the final solicitation? Response � No, HUBZone-specific evaluation preference or set-aside are not applicable. The RFP mentions encouraging HUBZone participation but does not explicitly state whether a preference or set-aside will be applied. Will HUBZone-certified businesses receive additional consideration during evaluation, such as a price preference, technical scoring advantage, or set-aside task orders? Response � No, HUBZone-specific evaluation preference is not applicable. Will the government establish specific HUBZone participation targets for prime contractors, beyond the general 40% small business subcontracting goal? If so, what percentage of work should be allocated to HUBZone-certified firms? Response � No, HUBZone-specific participation targets or percentage of work will not be provided in the solicitation. Will HUBZone-certified prime contractors be evaluated differently than non-HUBZone primes? If a HUBZone-certified business submits as a prime, does the government intend to weigh their status as an evaluation factor, or does the preference only apply to subcontracting goals? Response � No, HUBZone-specific evaluation preference is not applicable. Has NSWC Crane considered the benefits of a Job Order Contract (JOC), such as streamlined management, simplified administration, and quicker project turnarounds? Response � JOCs aren�t applicable, but NSWC Crane will continue to consider alternative acquisition vehicles. Would implementing a JOC structure using standardized RS Means pricing help the government reduce procurement delays and simplify the bidding and contracting process? Response � NSWC Crane receives Contracting Officer FAR 1.602-1 authority from Department of Defense, Navy via NAVSEA. The term �JOC� is not applicable to NAVSEA authority to enter into, administer, or terminate contracts and make related determinations and findings. Could a JOC arrangement managed by a single general contractor overseeing multiple task orders improve consistency in quality control and contractor accountability? Response � NSWC Crane receives Contracting Officer FAR 1.602-1 authority from Department of Defense, Navy via NAVSEA. The term �JOC� is not applicable to NAVSEA authority to enter into, administer, or terminate contracts and make related determinations and findings. AMENDMENT 0001: N0016425R1013 � PRESOLICITATION � FACILITY AND CONSTRUCTION � FSC/PSC Z1HB � NAICS 2362 ISSUE DATE: 7 MARCH 2025 CLOSING DATE: 21 MARCH 2025 COMPETITIVE PROCUREMENT � AMENDMENT 01 � THIS IS A DRAFT RFP ONLY. THE GOVERNMENT MAY NOT RESPOND TO ALL QUESTIONS BUT WILL CONSIDER EACH PRIOR TO ISSUING AN OFFICIAL RFP. ALL QUESTIONS SHOUL BE SUBMITTED THROUGH MR. AARON HOHL, CODE 0253 at e-mail aaron.m.hohl.civ@us.navy.mil. Questions or inquiries should be directed to Mr. Aaron Hohl, Code 0253 at e-mail aaron.m.hohl.civ@us.navy.mil. Please reference the above solicitation number (Solicitation No. N0016425R1013) when responding to this notice. ORIGINAL: N0016425R1013 � SYNOPSIS � FACILITY AND CONSTRUCTION � FSC/PSC Z1HB � NAICS 2362 ISSUE DATE: 3 FEBRUARY 2025 CLOSING DATE: 17 FEBRUARY 2025 RELATED NOTICES: N0016423R1012, N0016422SNB55, N0016424SNC28 COMPETITIVE PROCUREMENT - Naval Surface Warfare Center (NSWC) Crane�s Infrastructure Division requirement for multiple construction projects to be performed at NSWC Crane and the associated Lake Glendora Test Facility (LGTF) sites, which is within NSWC Crane�s area of responsibility. The requirement includes construction management function focuses on facilities Sustainment, Restoration, and Modernization (SRM); engineering construction management; project cost, schedule development and tracking; and construction oversight to include submittals, progress reports, engineering changes, site safety, and beneficial occupancy closeout, punch list adjudication, and warranty support. Construction projects include minor construction projects; facility additions, remodels and/or renovations; energy efficiency upgrades; Heating, Ventilation, and Air Conditioning (HVAC) upgrades; removal and installation of various flooring materials; removal and application of paint within facilities; design-build and design-bid-build construction; and furniture projects. The construction projects may require the Contractor to have access to restricted documentation, building drawings, and performance in restricted access buildings. The Construction Services are inclusive of Structures & Facilities, Conservation & Development Facilities, and Restoration Activates in accordance with DoD-wide Acquisition of Services Taxonomy. The applicable service portfolio group Product and Services Code (PSC) are Maintenance of Government-Owned Government-Operated (GOGO) Research & Development (R&D) Facilities (Z1HB). Other potential PSCs are Maintenance of Other Residential Buildings (Z1FZ), Construction Related Services (Y1xx), and Facility Related Services: Maintenance (Z1xx) and Alteration (Z2xx). The contract type anticipated is Construction Multiple-Award Indefinite-Delivery, Indefinite-Quantity (CONMAC) for a five-year ordering period. The Government anticipates streamline source selection procedures for multiple award IDIQ solicitations based on Technical and Past Performance evaluation only. Individual Task Orders (construction) will be placed under this CONMAC in accordance with FAR 16.505 Ordering procedures. The anticipated construction projects will be Firm-Fixed-Price (FFP) at the Task Order level. The estimated combined value for all MAC IDIQ�s shall not exceed $48.7 million. The MAC IDIQ contract minimum is $500 (firm-fixed-price) for each awardee. The anticipated award date is fourth quarter fiscal year 2025. The Navy intends to solicit this contract on a full and open competition basis IAW FAR 6.1. Delivery is required FOB Destination NSWC Crane. The solicitation will be made available posted on sam.gov via the PIEE Solicitation Module. All changes that occur to competitive actions prior to the closing date will be posted to Contract Opportunities on https:/sam.gov/ via the PIEE Solicitation Module. For within scope changes made after the closing date, only those offerors that provide a proposal will be provided any changes/amendments and considered for future discussions and/or award. Contractors must be properly registered in the System for Award Management (SAM.gov). Offerors may obtain information on SAM.gov registration and annual confirmation requirements by calling 1-866-606-8220 or via the internet at https://sam.gov. Contractors must be properly registered in the System for Award Management (SAM) and the Joint Certification Program (JCP) in order to receive the controlled attachments. Offerors may obtain information on SAM registration and annual confirmation requirements by calling 1-866-606-8220 or via the internet at https://www.sam.gov. Information about the JCP is located at https://public.logisticsinformationservice.dla.mil/PublicHome/jcp/default.aspx. The controlled attachments will be posted at the same time the solicitation is posted. Questions or inquiries should be directed to Mr. Aaron Hohl, Code 0253 at e-mail aaron.m.hohl.civ@us.navy.mil. Please reference the above solicitation number (Solicitation No. N0016425R1013) when responding to this notice.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/bb3ecd39d6bb4fc5960e3b6ef3a09750/view)
- Record
- SN07386590-F 20250328/250326230053 (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 |