SOLICITATION NOTICE
Y -- Design-Build /Design-Bid-Build, Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC) for General Construction Services in the Hampton Roads Area of Responsibility (AOR)
- Notice Date
- 7/1/2022 8:35:58 AM
- Notice Type
- Presolicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- NAVAL FAC ENGINEERING CMD MID LANT NORFOLK VA 23511-0395 USA
- ZIP Code
- 23511-0395
- Solicitation Number
- N4008522R2627
- Response Due
- 4/28/2022 11:00:00 AM
- Archive Date
- 07/12/2022
- Point of Contact
- Demetrice Jenkins, Phone: 7573411973, HOLLY SNOW, Phone: 7573411046
- E-Mail Address
-
demetrice.jenkins@navy.mil, HOLLY.R.SNOW.CIV@US.NAVY.MIL
(demetrice.jenkins@navy.mil, HOLLY.R.SNOW.CIV@US.NAVY.MIL)
- Small Business Set-Aside
- 8A 8(a) Set-Aside (FAR 19.8)
- Description
- PRE-SOLICITATION NOTICE SOLICITATION NUMBER: N40085-22-R-2627 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 an 8(a) Design-Build/Design-Bid-Build, Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC) for General Construction Projects Primarily in the Hampton Roads Area of Operations (AO) of Virginia. ������������������������������� This solicitation has been approved by the NAVFAC Office of Small Business Programs and Small Business Administration Procurement Center Representative as an 8(a) set-aside.� 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 $39,500,000.� This will be a source selection procurement requiring both non-price (technical and past performance) and price proposals, and will utilize the best value tradeoff continuum at FAR 15.101-1.� The basis for evaluation and evaluation factors for award will be included in the solicitation.� PROJECT DESCRIPTION:� Construction projects to be performed under this MACC will require the ability to manage multiple task orders concurrently across the Hampton Roads AO. This MACC will encompass a wide range of design-build and design-bid-build projects that include, but are not limited to, demolition, repair, replacement, modification, new construction, and renovation of buildings, systems and infrastructure for various facilities.� Primarily this contract will support sustainment, maintenance and minor construction programs that typically include demolition, repair, replacement, renovations, supporting infrastructure, and minor new construction. Types of project may include, but are not limited to building envelope (windows, doors, exterior walls, and roofs), comprehensive fire protection, plumbing, mechanical, and electrical renovations, elevators repairs/replacement, waterfront repairs, tanks repair/replacement, etc. Types of facilities may include, but are not limited to, administrative, industrial, warehouses, hangars, maintenance, communications, schools/training/education, personnel support, recreational, food services, lodging, medical, training areas/ranges, roads, parking lots, etc. The Contractor shall provide all labor, supervision, engineering, design, materials, equipment, tools, parts, supplies, and transportation, to perform all of the services described in the plans and specifications for each task order. The Hampton Roads AOR includes the following locations: Naval Air Station Oceana and Dam Neck Annex, Joint Expeditionary Base Little Creek-Fort Story, NASA Wallops Island, Naval Station Norfolk, Naval Support Activity (NSA) Hampton Roads, Norfolk Naval Shipyard, Naval Weapons Station Yorktown and Cheatham Annex, and Naval Support Group Activity Sugar Grove. Work may be required in other areas in the area of responsibility of NAVFAC Mid-Atlantic if deemed necessary.�� The Government intends to award no more than eight (8) contracts resulting from this solicitation to the responsible Offerors whose proposals represent the best value after evaluation in accordance with the factors in the 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 $249,000,000 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 $75,000 to $5,000,000 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 Project SP-254, Repairs and Renovations, Naval Support Activity Hampton Roads, Norfolk, which is a design-bid-build project. The work includes removal and replacement of the exterior veneer fa�ade along the East and West elevations of the building, the complete replacement of all existing concrete entry canopies, the complete replacement of the existing roof construction, and selective renovation of interior finishes. The scope will include all associated structural and electrical work involved in the deconstruction and renovation of elements located on affected exterior walls and roof. In accordance with FAR 36.204, the magnitude of construction for the seed project is between $1,000,000 and $5,000,000. The Request for Proposal (RFP) will be issued on or about 21 April 2022.� All documents will be in Adobe Portable Document Format (PDF) and downloadable from the SAM.gov website located at https://www.sam.gov.� A free Adobe Acrobat Reader, required to view PDF files, is available for download from the Adobe website.� 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. IMPORTANT NOTICE: All prospective contractors 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 www.sam.gov. Questions regarding this notice should be directed to Demetrice Jenkins at demetrice.jenkins2.civ@us.navy.mil. PRE-SOLICITATION NOTICE SOLICITATION NUMBER: N40085-22-R-2627 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 an 8(a) Design-Build/Design-Bid-Build, Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC) for General Construction Projects Primarily in the Hampton Roads Area of Operations (AO) of Virginia. ������������������������������� This solicitation has been approved by the NAVFAC Office of Small Business Programs and Small Business Administration Procurement Center Representative as an 8(a) set-aside.� 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 $39,500,000.� This will be a source selection procurement requiring both non-price (technical and past performance) and price proposals, and will utilize the best value tradeoff continuum at FAR 15.101-1.� The basis for evaluation and evaluation factors for award will be included in the solicitation.� PROJECT DESCRIPTION:� Construction projects to be performed under this MACC will require the ability to manage multiple task orders concurrently across the Hampton Roads AO. This MACC will encompass a wide range of design-build and design-bid-build projects that include, but are not limited to, demolition, repair, replacement, modification, new construction, and renovation of buildings, systems and infrastructure for various facilities.� Primarily this contract will support sustainment, maintenance and minor construction programs that typically include demolition, repair, replacement, renovations, supporting infrastructure, and minor new construction. Types of project may include, but are not limited to building envelope (windows, doors, exterior walls, and roofs), comprehensive fire protection, plumbing, mechanical, and electrical renovations, elevators repairs/replacement, waterfront repairs, tanks repair/replacement, etc. Types of facilities may include, but are not limited to, administrative, industrial, warehouses, hangars, maintenance, communications, schools/training/education, personnel support, recreational, food services, lodging, medical, training areas/ranges, roads, parking lots, etc. The Contractor shall provide all labor, supervision, engineering, design, materials, equipment, tools, parts, supplies, and transportation, to perform all of the services described in the plans and specifications for each task order. The Hampton Roads AOR includes the following locations: Naval Air Station Oceana and Dam Neck Annex, Joint Expeditionary Base Little Creek-Fort Story, NASA Wallops Island, Naval Station Norfolk, Naval Support Activity (NSA) Hampton Roads, Norfolk Naval Shipyard, Naval Weapons Station Yorktown and Cheatham Annex, and Naval Support Group Activity Sugar Grove. Work may be required in other areas in the area of responsibility of NAVFAC Mid-Atlantic if deemed necessary.�� The Government intends to award no more than eight (8) contracts resulting from this solicitation to the responsible Offerors whose proposals represent the best value after evaluation in accordance with the factors in the 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 $249,000,000 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 $75,000 to $5,000,000 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 Project SP-254, Repairs and Renovations, Naval Support Activity Hampton Roads, Norfolk, which is a design-bid-build project. The work includes removal and replacement of the exterior veneer fa�ade along the East and West elevations of the building, the complete replacement of all existing concrete entry canopies, the complete replacement of the existing roof construction, and selective renovation of interior finishes. The scope will include all associated structural and electrical work involved in the deconstruction and renovation of elements located on affected exterior walls and roof. In accordance with FAR 36.204, the magnitude of construction for the seed project is between $1,000,000 and $5,000,000. The Request for Proposal (RFP) will be issued on or about 21 April 2022.� All documents will be in Adobe Portable Document Format (PDF) and downloadable from the SAM.gov website located at https://www.sam.gov.� A free Adobe Acrobat Reader, required to view PDF files, is available for download from the Adobe website.� 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. IMPORTANT NOTICE: All prospective contractors 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 www.sam.gov. Questions regarding this notice should be directed to Demetrice Jenkins at demetrice.jenkins2.civ@us.navy.mil.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/86644cc26604442aa709ed02379922c2/view)
- Place of Performance
- Address: Norfolk, VA 23511, USA
- Zip Code: 23511
- Country: USA
- Zip Code: 23511
- Record
- SN06376746-F 20220703/220701230057 (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 |