Search Contract Opportunities

IDIQ MACC for New Construction, Renovation, and Repair of Commercial and Institutional Facilities at Various Government Installations Located in CA, AZ, NV, UT, CO, and NM.   11

ID: N6247323R1012 • Type: Solicitation

Description

Posted: March 4, 2024, 11:27 a.m. EST

This procurement is for a multiple award construction contract (MACC) and is being advertised on an unrestricted basis inviting full and open competition. This procurement uses the two-phase design-build selection procedures and consists of one solicitation covering both phases with the intent to award approximately eight (8) or more Indefinite Delivery Indefinite Quantity (IDIQ) construction contracts to the responsible offerors whose proposals, conforming to the Request for Proposal (RFP), will be most advantageous to the Government resulting in the best value, price and other factors considered. Price evaluation preference will be given to HUBZone Small Business concerns, in accordance with FAR 52.219-4. This is an IDIQ contract with no pre-established fixed contract prices. The actual amount of work to be performed and the time of such performance will be determined by the Contracting Officer or properly authorized representative, who will issue written task orders to the contractor. Award of task orders will be on a firm fixed price basis. The work to be acquired under this solicitation is for new construction, renovation, and/or repair, by design-build or design-bid-build, of commercial and institutional facilities at various Government installations located in California, Arizona, Nevada, Utah, Colorado, and New Mexico. However, it is anticipated that the majority of the work will be performed in California. Types of projects may include, but are not limited to: airport buildings, office/administrative buildings, communications facilities, vehicle maintenance facilities, armories, parking garages, barracks facilities, prison facilities, fire stations, religious buildings, hotels, dining facilities, hospital/medical facilities, warehouse facilities, school facilities, and/or retail facilities. The North American Industry Classification System (NAICS) code is 236220 (Commercial and Institutional Building Construction), and the annual size standard is $45 million. The basic contract period will be for two (2) years. Each contract contains one (1) option period of three (3) years for a total maximum duration of five (5) years. The estimated maximum dollar value, including the base and option periods, for all contracts combined is $3,000,000,000. The only work authorized under this contract is work ordered by the government through issuance of a task order. Task orders will range between $15,000,000 and $300,000,000. Task orders may fall below or above this limit; however, contractors are not obligated to accept such task orders under the general terms of the contract. 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 $5,000 is guaranteed to be ordered from each awardee, under the performance period of the contract. Contractors are not guaranteed work in excess of the minimum guarantee. The Government intends to evaluate proposals and award contract(s) without discussions. Selection for award will be based on evaluation of the following: Phase One: Factor 1 - Technical Approach, Factor 2 - Experience, Factor 3 - Past Performance, and Factor 4 - Safety; Phase Two: Factor 5 - Technical Solution (based on Proposed Task Order 0001); Factor 6 - Small Business Participation; and Factor 7 - Price (based on Proposed Task Order 0001). Source Selection procedures will be used and award may be made to the offeror(s) whose proposal is the most advantageous and offers the best value to the government, price and other factors considered. No site visit will be held and no pre-proposal conference will be conducted. THE SOLICITATION WILL BE AVAILABLE IN ELECTRONIC FORMAT ONLY. No hard copies will be provided. IT IS THE CONTRACTOR?S RESPONSIBILITY TO CHECK THE WEBSITE DAILY FOR ANY AMENDMENTS TO THIS SOLICITATION. Prospective offerors MUST register themselves on the website. Plan holders lists will not be faxed and will be available only at the website listed above. A sources sought notice (N6247323R1012) for this procurement was posted on May 15, 2023, on the SAM website, and a market survey was conducted that included an assessment of relevant qualifications and capabilities of potentially qualified firms. As a result of the market research analysis, a determination was made to solicit this procurement as unrestricted. The U.S. Small Business Administration (SBA) San Diego District Office and the NAVFAC SW small business office concurred with this decision.

Posted: Feb. 22, 2024, 7:00 p.m. EST
Posted: Feb. 14, 2024, 10:50 a.m. EST
Posted: Feb. 2, 2024, 10:23 a.m. EST
Posted: Jan. 25, 2024, 6:50 p.m. EST
Posted: Jan. 19, 2024, 4:23 p.m. EST
Posted: Jan. 9, 2024, 10:09 a.m. EST
Posted: Dec. 20, 2023, 1:21 p.m. EST
Posted: Dec. 4, 2023, 1:24 p.m. EST
Posted: Aug. 2, 2023, 5:09 p.m. EDT
Posted: July 26, 2023, 12:51 p.m. EDT
Posted: July 19, 2023, 2:08 p.m. EDT
Posted: July 17, 2023, 7:00 p.m. EDT
Posted: July 17, 2023, 6:46 p.m. EDT
Posted: July 10, 2023, 12:28 p.m. EDT
Posted: July 3, 2023, 6:32 p.m. EDT
Posted: June 15, 2023, 1:49 p.m. EDT
Posted: June 9, 2023, 12:12 p.m. EDT
Posted: May 30, 2023, 8:36 p.m. EDT

Overview

Response Deadline
March 12, 2024, 5:00 p.m. EDT (original: July 14, 2023, 5:00 p.m. EDT) Past Due
Posted
May 30, 2023, 8:36 p.m. EDT (updated: March 4, 2024, 11:27 a.m. EST)
Set Aside
None
Place of Performance
San Diego, CA United States
Source
SAM

Current SBA Size Standard
$45 Million
Pricing
Fixed Price
Evaluation Criteria
Best Value
Est. Level of Competition
Average
Vehicle Type
Indefinite Delivery Contract
On 5/30/23 NAVFAC Southwest issued Solicitation N6247323R1012 for IDIQ MACC for New Construction, Renovation, and Repair of Commercial and Institutional Facilities at Various Government Installations Located in CA, AZ, NV, UT, CO, and NM. due 3/12/24. The opportunity was issued full & open with NAICS 236220 and PSC Y1JZ.
Primary Contact
Name
Shane Mahelona   Profile
Phone
(619) 705-4631

Documents

Posted documents for Solicitation N6247323R1012

Question & Answer

Opportunity Lifecycle

Procurement notices related to Solicitation N6247323R1012

Award Notifications

Agency published notification of awards for Solicitation N6247323R1012

IDV Awards

Indefinite delivery vehicles awarded through Solicitation N6247323R1012

Protests

GAO protests filed for Solicitation N6247323R1012

Incumbent or Similar Awards

Contracts Similar to Solicitation N6247323R1012

Potential Bidders and Partners

Awardees that have won contracts similar to Solicitation N6247323R1012

Similar Active Opportunities

Open contract opportunities similar to Solicitation N6247323R1012

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE NAVY > NAVFAC > NAVFAC PACIFIC CMD > NAVFAC SW > NAVFAC SOUTHWEST
FPDS Organization Code
1700-N62473
Source Organization Code
500045870
Last Updated
Feb. 22, 2025
Last Updated By
shane.k.mahelona.civ@us.navy.mil
Archive Date
Feb. 22, 2025