Search Contract Opportunities

Solicitation N4008023R2185 IDIQ JOC   5

ID: N4008023R2185 • Type: Solicitation

Description

Posted: March 21, 2024, 10:56 a.m. EDT
The purpose of this amendment is to:8. Is to correct the Posting Close date18 March 2024 to 21 March 2024.
Posted: March 21, 2024, 10:04 a.m. EDT
Posted: March 20, 2024, 3:54 p.m. EDT
Posted: March 12, 2024, 12:39 p.m. EDT
Posted: March 12, 2024, 6:16 a.m. EDT
Posted: March 11, 2024, 7:37 p.m. EDT
Posted: March 7, 2024, 4:58 p.m. EST
Posted: March 6, 2024, 8:08 a.m. EST
Posted: March 5, 2024, 9:18 a.m. EST
Posted: Feb. 29, 2024, 9:33 p.m. EST
Posted: Feb. 29, 2024, 7:29 p.m. EST
Posted: Feb. 22, 2024, 8:29 p.m. EST
Posted: Feb. 20, 2024, 4:52 p.m. EST
Posted: Feb. 20, 2024, 12:59 p.m. EST
Posted: Feb. 14, 2024, 12:49 p.m. EST

The Naval Facilities Engineering System Command (NAVFAC) Washington, Washington Navy Yard DC requires an eligible 8(a) construction contractor to perform various general construction and repair services, to include minor construction and alteration, at predetermined unit prices and bid price coefficients for projects primarily within the NAVFAC Washington Area of Responsibility to include the metropolitan Washington DC, Maryland and Virginia locations. Work may be executed through any NAVFAC location w ith the Continental United States. This JOC provides for award of individual Task Orders for procurement and administration at various NAVFAC Washington activities where the contractor shall provide all material, labor, equipment and incidentals to provide quality design-build or design-bid-build services.

Background
The Naval Facilities Engineering System Command (NAVFAC) Washington, Washington Navy Yard DC requires an eligible 8(a) construction contractor to perform various general construction and repair services, to include minor construction and alteration, at predetermined unit prices and bid price coefficients for projects primarily within the NAVFAC Washington Area of Responsibility to include the metropolitan Washington DC, Maryland and Virginia locations. Work may be executed through any NAVFAC location within the Continental United States. This JOC provides for award of individual 'Task Orders' for procurement and administration at various NAVFAC Washington activities where the contractor shall provide all material, labor, equipment and incidentals to provide quality design-build or design-bid-build services.

Work Details
The intent of this solicitation is to award two (2) single-award Firm-Fixed Price (FFP), Design-Build (DB) / Design-Bid-Build (DBB) Indefinite-Delivery/Indefinite Quantity (IDIQ) Job Order Contracts (JOC), to support Naval Facilities Engineering Systems Command (NAVFAC) Washington’s area of responsibility (AOR). The 2 IDIQ JOC contracts are designated as BLUE JOC and GOLD JOC. The work includes various general construction and repair services, to include minor construction and alteration, at predetermined unit prices and bid price coefficients to be applied to R.S. Means. The basic contract will contain two Contract Line Item Number (CLIN) as follows: CLIN 0001: Base Ordering Period – (2 years); CLIN 0002: Option Ordering Period - (3 years). The completion date for the basic ordering period is two (2) years from date of award, upon which a three-year option ordering period may be exercised. The total contract period of performance is intended not to exceed five (5) years; or upon reaching the Not-To-Exceed (NTE) amount of $100 Million ($100M), whichever comes first.

Period of Performance
The period of performance for CLIN 0001 is from 30-SEP-2024 TO 29-SEP-2026, and for CLIN 0002 is from 30-SEP-2026 TO 29-SEP-2029.

Place of Performance
The primary locations for BLUE JOC include Waldorf Naval Air Station, Patuxent River, MD; Annapolis Naval Academy, Annapolis, MD; Waldorf Naval Support Facility, Indian Head, MD; Fredericksburg Naval Support Facility, Dahlgren, VA.
The primary locations for GOLD JOC include Naval Support Activity, Washington, DC; Silver Spring Naval Support Activity, Bethesda MD; Fredericksburg ROICC, Quantico.

Overview

Response Deadline
March 21, 2024, 2:00 p.m. EDT (original: March 18, 2024, 2:00 p.m. EDT) Past Due
Posted
Feb. 14, 2024, 12:49 p.m. EST (updated: March 21, 2024, 10:56 a.m. EDT)
Set Aside
8(a) (8A)
Place of Performance
Washington Navy Yard, DC 20374 United States
Source
SAM

Current SBA Size Standard
$45 Million
Pricing
Likely Fixed Price
Est. Level of Competition
Average
Vehicle Type
Indefinite Delivery Contract
Signs of Shaping
67% of obligations for similar contracts within the Department of the Navy were awarded full & open.
On 2/14/24 Naval Facilities Engineering Command issued Solicitation N4008023R2185 for Solicitation N4008023R2185 IDIQ JOC due 3/21/24. The opportunity was issued with a 8(a) (8A) set aside with NAICS 236220 (SBA Size Standard $45 Million) and PSC Y1JZ.
Primary Contact
Name
Frank Decker   Profile
Phone
(202) 685-7418

Documents

Posted documents for Solicitation N4008023R2185

Question & Answer

Opportunity Lifecycle

Procurement notices related to Solicitation N4008023R2185

Award Notifications

Agency published notification of awards for Solicitation N4008023R2185

IDV Awards

Indefinite delivery vehicles awarded through Solicitation N4008023R2185

Contract Awards

Prime contracts awarded through Solicitation N4008023R2185

Incumbent or Similar Awards

Contracts Similar to Solicitation N4008023R2185

Potential Bidders and Partners

Awardees that have won contracts similar to Solicitation N4008023R2185

Similar Active Opportunities

Open contract opportunities similar to Solicitation N4008023R2185

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE NAVY > NAVFAC > NAVFAC ATLANTIC CMD > NAVFAC WASHINGTON > NAV FAC ENGINEERING CMD WASHINGTON
FPDS Organization Code
1700-N40080
Source Organization Code
100076577
Last Updated
Oct. 1, 2024
Last Updated By
frank.g.decker.civ@us.navy.mil
Archive Date
Sept. 30, 2024