SOURCES SOUGHT
Z -- Dahlgren Multiple Award Construction Contract (MACC)
- Notice Date
- 11/14/2025 5:46:40 AM
- Notice Type
- Sources Sought
- NAICS
- 236210
— Industrial Building Construction
- Contracting Office
- NSWC DAHLGREN DAHLGREN VA 22448-5154 USA
- ZIP Code
- 22448-5154
- Solicitation Number
- N0017826R0003
- Response Due
- 12/2/2025 2:00:00 PM
- Archive Date
- 12/17/2025
- Point of Contact
- D. Scott Haas, Phone: 5407428780, Sheila H. Ballard
- E-Mail Address
-
Darrell.s.haas@navy.mil, sheila.ballard@navy.mil
(Darrell.s.haas@navy.mil, sheila.ballard@navy.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- The Naval Surface Warfare Center Dahlgren Division (NSWCDD) intends to solicit a Firm-Fixed-Price (FFP), Multiple Award Indefinite Delivery/Indefinite Quantity Contract (MAC IDIQ). This is a follow-on requirement to Multiple Award Construction Contract (MACC) N0017821D4403-N0017821D4411 and is anticipated to be a Total Small Business Set-Aside. This acquisition will provide facility repairs and renovations in multiple buildings, trailers, and labs at the Naval Surface Warfare Center Dahlgren Division (NSWCDD) Dahlgren, VA, the Naval Observatory and Pumpkin Neck Annex Explosive Experimental location in King George, VA. Operation and execution are primarily focused in repairing, upgrading, and nonstructural construction in accordance with and not exceeding Category II of the Naval Facilities Engineering Command (NAVFAC) Engineering & Construction Bulletin Issue No. 2006-04. All such support shall be accomplished in strict accordance with all applicable Navy and local instructions, processes, and procedures. Nonstructural construction requirements will be identified in individual Task Orders. The resultant MACC will consist of either a five year ordering period, or a base-year plus four (4) option periods (12 months each). The total magnitude of all construction projects covered by the MACC is estimated between $25,000,000 and $50,000,000. Responsible sources may identify their interest and capability which shall be considered by the agency. Capability statements shall be sent electronically to Darrell.S.Haas.Civ@us.navy.mil and Sheila.H.Ballard.Civ@us.navy.mil not later than 2 December 2025. Email Subject line should read: (Company Name), Capability Statement N0017823R0003. No telephone responses will be accepted. Request for Capability Statements � At this time, a determination has not been made to set-aside this procurement. Responses to this Sources Sought will be evaluated and used to determine the set-aside status of this requirement. Interested Small Businesses are invited to submit capability statements. Capability statements shall not exceed 15 pages, not including resume summaries and shall include the following items: (1) Sources Sought announcement number you are applying to and a description of the Offeror's capabilities relating specifically to the attached draft PWS, specifically addressing relevant experience and understanding of the work for which this acquisition will support. (2) A company profile including the Cage Code, and a statement regarding current Small Business status (including all applicable categories of Small Business: Service-Disabled Veteran-Owned Small Business, HUBzone, 8(a), Woman-Owned Small Business, Economically Disadvantaged Woman Owned Small Business (EDWOSB), Veteran-Owned Small Business or Small Disadvantaged Business). (3) The specific qualifications, capabilities, and experience of the Contractor's personnel available to support this effort, including the personnel's security clearance level. Identify whether individuals are employees of the Offeror or of a planned team member (Sub-contractor) and identify the planned team member. (4) A description of the Offeror's ability to meet each of the mandatory requirements. (5) Specific past performance on same or similar size and scope of work performed by the Offeror as a Prime Contractor within the past five (5) years, including a description of the services provided, the dollar value of the effort, and the contract number. (6) List prospective Sub-contractors and provide a statement with metric that contain sufficient information concerning the ability to meet the Government limitations in FAR 52.219-14 Limitations on Subcontracting (FEB 2023)(DEVIATION 2021-O0008). (7) Interested Offeror(s) shall identify any potential �similarly situated entity� arrangements being considered. A �similarly situated entity� means a first-tier Sub-contractor, including an independent Contractor that has the same Small Business program status as that which qualified the Prime Contractor for the award and that is considered small for the NAICS code the Prime Contractor assigned to the Sub-contract the Sub-contractor will perform. If �similarly situated entity� Sub-contracting is contemplated, the capability statement shall contain detailed information concerning the planned �similarly situated entity� Sub-contracting/consulting arrangement(s) (including proposed work share, DUNS number(s), and all applicable categories of Small Business status) to assure the Government that the limitations of FAR 52.219-14, Limitations of Subcontracting (FEB 2023)(DEVIATION 2021-O0008), can be met for each contract period. The limitations identified in the aforementioned clause require the Offeror/Contractor to agree that in the performance of the resultant contract it will not pay more than 50 percent of the amount paid by the Government for contract performance to Sub-contractors that are not similarly situated entities. Any work that a similarly situated entity further Sub-contracts will count toward the 50 percent Sub-contract amount that cannot be exceeded. Source Selection Procedures: Best Value Trade-off source selection procedures will be employed. Mandatory Requirements: Offerors must meet all mandatory requirements at the time of proposal submission, unless otherwise noted. In addition, all mandatory requirements must be maintained throughout the life of the task order. The mandatory requirements are as follows: Mandatory items that should be included for all TO�s: Requirement 1: Program Manager must have a minimum of Ten (10) years of program management experience which includes both technical and administrative aspects of Government contract performance, providing contract data deliverables, and having oversight of contract schedule and cost. Five (5) years of experience managing Federal Government programs/contracts. Experience with administrative oversight of contractual matters and serving as a liaison between the Customer Representative and corporate management. Experience managing services simultaneously while supporting many projects. Experience organizing resources to support many concurrent activities. Experience ensuring that all activities conform to the terms and conditions of the contract. Requirement 2: Must be able to access NSWCDD Base through the Pass and ID Office. Requirement 3: Facility Location: The Prime Contractor�s primary facility providing support to this requirement must be located within 100 miles of NSWCDD in Dahlgren, VA. Requirement 4: Must have and maintain all necessary trade certifications required to perform all work under this PWS. Milestones: It is anticipated that this requirement will be awarded before January 2027. Attachments: A draft copy of the PWS and qualifications are attached to this Sources Sought. Questions and Comments: Questions and comments are to be submitted to Darrell.s.haas.civ@us.navy.mil and Sheila.h.Ballard.civ@us.navy.mil prior to this sources sought notice closing date of 2 December 2025 at 1700 EST. All questions and comments will be considered in the development of the solicitation. Questions are encouraged as they may assist the Government in clarifying the requirement. No telephone responses will be accepted. Note: THIS SOURCES SOUGHT IS NOT A REQUEST FOR PROPOSAL. The provided information is for planning purposes and does not constitute a commitment, implied or otherwise, that a procurement action will be issued nor will the Government pay for the information solicited. Any information or data received in response to the Sources Sought marked or designated as corporate proprietary information will be fully protected and held in strict confidence. Not responding to this notice does not preclude participation in any future procurement. If a solicitation is released, it will be synopsized in the Government-Wide Point of Entry (GPE). It is the responsibility of potential offerors to monitor the GPE for additional information pertaining to this requirement. Responses to the sources sought will be utilized with other market research methods to establish the planned acquisition strategy. The planned acquisition strategy will be posted as a change to this synopsis, as required by regulation.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/de561c7d72fa447a8ede4f48cb37f824/view)
- Place of Performance
- Address: Dahlgren, VA 22448, USA
- Zip Code: 22448
- Country: USA
- Zip Code: 22448
- Record
- SN07642805-F 20251116/251114230040 (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 |