SOLICITATION NOTICE
Z -- N4425525R1504 Waterfront MACC, NAVFAC Northwest
- Notice Date
- 4/22/2025 12:26:18 PM
- Notice Type
- Presolicitation
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- NAVFACSYSCOM NORTHWEST SILVERDALE WA 98315-1101 USA
- ZIP Code
- 98315-1101
- Solicitation Number
- N4425525R1504
- Archive Date
- 06/23/2025
- Point of Contact
- Emily Slate, Nancy Coffee
- E-Mail Address
-
emily.m.slate.civ@us.navy.mil, nancy.coffee@navy.mil
(emily.m.slate.civ@us.navy.mil, nancy.coffee@navy.mil)
- Description
- Solicitation No: N4425525R1504 Title: Waterfront Multiple Award Construction Contract (MACC) Type: Construction Pre-Solicitation Notice Issue RFP Date: Approximately May 2025 Due Date for Proposals (Phase I): Approximately May 2025 Anticipated Site Visit Date: Approximately September 2025 Due Date for Proposals (Phase II): Approximately October 2025 Estimated Award Date: Approximately January 2026 Contract Not-To-Exceed/Task Order Range: Contract Not-To-Exceed for all contracts awarded under the Multiple Award Construction Contract (MACC) is $700 million total / Task order range is approximately $100,000 to $200,000,000. Period of Performance: One (1) 24-month base period and one (1) 36-month option period, for a maximum duration of 60-months. Contracting POC: Emily Slate, emily.m.slate.civ@us.navy.mil Secondary POC: Nancy Coffee, nancy.m.coffee.civ@us.navy.mil Description Naval Facilities Engineering Systems Command (NAVFAC) Northwest intends to award a Full and Open competition Firm Fixed-Price (FFP) Design-Build (DB)/Design-Bid-Build (DBB) Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC) for projected construction workload in the NAVFAC Northwest area of responsibility (AOR), which includes Washington, Oregon, Idaho, Montana, Alaska, Iowa, Minnesota, North Dakota, South Dakota, Nebraska, and Wyoming. It is anticipated that most of the work will occur in Washington State. This acquisition is a two-phase procurement. A seed project, to be identified in Phase II, will serve as the basis of price competition for the evaluation of offers and is representative of the projects that may be procured through this MACC. In the event the seed project is not awarded, all MACC awardees shall be awarded a minimum guarantee. Types of projects may include new construction, renovation, alteration, demolition, and repair work by DB or DBB for marine piers, wharves, quay walls, bulkheads, sea walls, dry docks, boat ramps, docks and marinas, shore protection, rip rap, breakwaters, wave attenuation, mooring dolphins, buoys, primary and secondary fendering, pile driving, sheet piles, structural repairs, waterfront utilities, dredging and disposal, industrial, maintenance, warehouses, production and administration facilities, special access program facilities or sensitive compartmented information facilities or other similar facilities. (Primary) NAICS 237990 � Commercial and Industrial Building Construction [Small Business Size Standard = $45M]: This industry comprises establishments primarily engaged in heavy and engineering construction projects (excluding highway, street, bridge, and distribution line construction). The work performed may include new work, reconstruction, rehabilitation, and repairs. Specialty trade contractors are included in this group if they are engaged in activities primarily related to engineering construction projects (excluding highway, street, bridge, distribution line, oil and gas structure, and utilities building and structure construction). Construction projects involving water resources (e.g., dredging and land drainage), development of marine facilities, and projects involving open space improvement (e.g., parks and trails) are included in this industry. (Secondary) NAICS 237990 � Other Heavy and Civil Engineering [Small Business Size Standard (specifically, dredging) = $37M]: Marine piers and wharves, quay walls, bulkheads, sea walls, dry docks, boat ramps, docks and marinas, shore protection, rip rap, breakwaters, wave attenuation, mooring dolphins, buoys, primary and secondary fendering, pile driving, sheet piles, structural repairs, waterfront utilities, dredging and disposal, to other similar facilities and scope elements. (Secondary) NAICS 236220 � Commercial and Institutional Building [Small Business Size Standard = $45M]: Industrial, maintenance, warehouses, production, communications, personnel support, recreation, lodging, medical, training, ranges, roads, special access program facilities or sensitive compartmented information facilities, aviation facilities (i.e. hangars, control towers), or other similar facilities and scope elements. One or more of the items under this acquisition may be subject to Free Trade Agreements or the World Trade Organization Government Procurement Agreement. Large Business Offerors are required to submit an acceptable small business subcontracting plan. All responsible sources may submit a proposal which shall be considered by the agency. This notice does NOT constitute a request for proposal, request for quote, or invitation for bid. As a method for conducting market research, a sources sought for this requirement was issued 10 July 2024 on SAM.gov. Based upon the responses received, it is determined that the solicitation be solicited as a full and open competitive procurement. Activity Deputy for Small Business concurs with this determination. THIS SOLICITATION WILL BE OFFERED IN ELECTRONIC FORMAT ONLY. NO HARD COPIES WILL BE PROVIDED. The solicitation will be available on the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module at https://piee.eb.mil/. Amendments will be posted on the website. This will be the only method of amendment distribution; therefore, it is the OFFERORS� RESPONSIBILITY TO CHECK THE WEBSITE PERIODICALLY FOR ANY AMENDMENTS TO THE SOLICITATION. Prospective offerors MUST register themselves on the website. Training and instructions on how to submit your proposal are available at https://pieetraining.eb.mil/wbt/xhtml/wbt/sol/solicitation/. Offerors must also be registered in the System for Award Management (SAM) system at http://www.sam.gov/ in order to participate in this procurement.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/2d9ae45cf7814e0f8ac8b580204e9ff0/view)
- Place of Performance
- Address: Silverdale, WA 98315, USA
- Zip Code: 98315
- Country: USA
- Zip Code: 98315
- Record
- SN07417073-F 20250424/250422230042 (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 |