Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 01, 2021 SAM #7183
SOLICITATION NOTICE

Y -- WATERFRONT MULTIPLE AWARD CONSTRUCTION CONTRACT PRIMARILY FOR THE SHIPYARD INFRASTRUCTURE OPTIMIZATION PROGRAM AT HAWAII, WASHINGTON AND OTHER AREAS UNDER THE COGNIZANCE OF NAVFAC

Notice Date
7/30/2021 2:27:40 PM
 
Notice Type
Solicitation
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
NAVAL FAC ENGINEEERING CMD PACIFIC JBPHH HI 96860-3134 USA
 
ZIP Code
96860-3134
 
Solicitation Number
N6274221R1345
 
Response Due
8/12/2021 5:00:00 PM
 
Archive Date
09/30/2022
 
Point of Contact
Chelan N. Crane, Phone: 8084710794, Ann Saki-Eli, Phone: 8084745356
 
E-Mail Address
chelan.n.crane.civ@us.navy.mil, ann.h.sakieli.civ@us.navy.mil
(chelan.n.crane.civ@us.navy.mil, ann.h.sakieli.civ@us.navy.mil)
 
Description
NAVFAC Pacific has a requirement to provide predominantly construction services (design-bid-build (DBB) and design-build (DB)) for waterfront facilities primarily in support of the Shipyard Infrastructure Optimization Program (SIOP).� Therefore, NAVFAC Pacific is in need of a fixed-price Indefinite-Delivery, Indefinite-Quantity (IDIQ) multiple award construction contract (MACC) for Hawaii, Washington and other areas under the cognizance of NAVFAC. This single solicitation may result in the award of a maximum of five (5) IDIQ MACC contracts; however, if determined to be in the best interest of the Government, less than five (5) contracts may be awarded or the Government may cancel the procurement.� The main purpose of the SIOP MACC is to award task orders for military construction project P-209, Fiscal Year (FY) 2023 Dry Dock 3 Replacement at Pearl Harbor Naval Shipyard, and P-454, FY2024 Multi-Mission Dry Dock at Puget Sound Naval Shipyard.� Work may also include task orders for pre-construction planning/preparation and constructability reviews associated with P-209 and P-454 and construction of waterfront facilities such as warehouses, dry docks, piers/wharves, site improvements, dredging and incidental design, environmental, and services related to the waterfront facilities at the Joint Base Pearl Harbor-Hickam, Puget Sound Naval Base, and other areas under NAVFAC cognizance.� The contract period of performance is anticipated to consist of a five (5) year base period and three (3) 12-month option periods or an aggregate maximum value of $8,000,000,000 for all contracts, whichever comes first.� Each task order will specify the required construction duration.� The typical size of the task orders will typically range between $100,000 and $5,000,000,000.� All work under the MACC will be initiated by task orders that are competed amongst the MACC holders (firms awarded one of the potential contracts).� For some requirements, task orders may be awarded to all MACC holders for the same scope of work, competed and awarded to one MACC holder or where justified, awarded sole source to one MACC holder. �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 $2,000,000 is guaranteed for each awardee for the life of the contract.� There are no additional minimum guarantees obligated for each contract.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/c016586b74744e278532fa1a20009332/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN06079705-F 20210801/210730230120 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.