Search Contract Opportunities

UNRESTRICTED IDIQ MACC FOR NEW CONSTRUCTION, RENOVATION, AND REPAIR OF VARIOUS HEAVY HORIZONTAL AND CIVIL ENGINEERING CONSTRUCTION PROJECTS AT VARIOUS GOVERNMENT INSTALLATIONS LOCATED IN CA, AZ, NV, UT, CO, and NM   12

ID: N62473-21-R-1402 • Type: Solicitation

Description

This procurement is for a multiple award construction contract (MACC) and is being advertised on an unrestricted basis inviting full and open competition, with two contracts reserved for highly qualified small businesses, as permitted by FAR 19.502-4. This procurement uses the two-phase design-build selection procedures and consists of one solicitation covering both phases with the intent to award three 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 firms, in accordance with FAR 52.219-4.

This is an Indefinite Delivery Indefinite Quantity (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 his 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 repair, by design-build or design-bid-build, of new construction, renovation, and repair of heavy horizontal and civil engineering construction projects at various Government installations located in California, Arizona, Nevada, Utah, Colorado, and New Mexico. The area of coverage may also extend to the entire NAVFAC area of responsibility (AOR) as approved by the NAVFAC Southwest (SW) Chief of Contracting Office (CCO). However, it is anticipated that the majority of the work will be performed in California.

Examples of relevant construction projects are construction projects similar in scope to: outdoor shooting and combat training ranges and terrains; canals, channels, dams, and embankments; erosion control and/or storm drainage retention/detention basins; earthwork and grading; landfills; ammunition magazines; irrigation and landscaping; recreational fields and parks; and tunneling and horizontal directional drilling.

The North American Industry Classification System (NAICS) code is 237990, and the annual size standard is $39.5 million. The basic contract period will be for two (2) years and two (2) option periods of three (3) years each for a maximum of eight (8) years. The estimated maximum dollar value, including the base and option periods, for all contracts combined is $1,000,000,000. The only work authorized under this contract is work ordered by the government through issuance of a task order. Task orders will range between $300,000 and $100,000,000. 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; Phase Two: Factor 4 Safety, 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 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. The Phase One RFP will be posted on the beta.sam.gov website at https://beta.sam.gov under Contract Opportunities on or about June 15, 2021. 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 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 on an unrestricted basis inviting full and open competition, with two contracts reserved for highly qualified small businesses. The U.S. Small Business Administration (SBA) San Diego District Office and the NAVFAC SW small business office concur with this decision.

Background
This procurement is for a multiple award construction contract (MACC) and is being advertised on an unrestricted basis inviting full and open competition, with two contracts reserved for highly qualified small businesses, as permitted by 19.502-4. The procurement uses the two-phase design-build selection procedures and consists of one solicitation covering both phases with the intent to award three 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 firms, in accordance with 52.219-4.

Work Details
This is an Indefinite Delivery Indefinite Quantity (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 his 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 repair, by design-build or design-bid-build, of heavy horizontal and civil engineering construction projects at various Government installations located in California, Arizona, Nevada, Utah, Colorado, and New Mexico. The area of coverage may also extend to the entire NAVFAC area of responsibility (AOR) as approved by the NAVFAC Southwest (SW) Chief of Contracting Office (CCO). However, it is anticipated that the majority of the work will be performed in California.
Examples of relevant construction projects are construction projects similar in scope to: outdoor shooting and combat training ranges and terrains; canals, channels, dams, and embankments; erosion control and/or storm drainage retention/detention basins; earthwork and grading; landfills; ammunition magazines; irrigation and landscaping; recreational fields and parks; and tunneling and horizontal directional drilling.

Period of Performance
The basic contract period will be for two (2) years and two (2) option periods of three (3) years each for a maximum of eight (8) years.

Place of Performance
The work will be performed at various Government installations located in California, Arizona, Nevada, Utah, Colorado, and New Mexico.

Overview

Response Deadline
Sept. 2, 2021, 5:00 p.m. EDT (original: Aug. 18, 2021, 2:00 p.m. EDT) Past Due
Posted
July 19, 2021, 5:22 p.m. EDT (updated: May 12, 2023, 2:54 p.m. EDT)
Set Aside
None
Place of Performance
San Diego, CA 92132 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 7/19/21 NAVFAC Southwest issued Solicitation N62473-21-R-1402 for UNRESTRICTED IDIQ MACC FOR NEW CONSTRUCTION, RENOVATION, AND REPAIR OF VARIOUS HEAVY HORIZONTAL AND CIVIL ENGINEERING CONSTRUCTION PROJECTS AT VARIOUS GOVERNMENT INSTALLATIONS LOCATED IN CA, AZ, NV, UT, CO, and NM due 9/2/21. The opportunity was issued full & open with NAICS 237990 and PSC Y1PZ.
Primary Contact
Name
Sheena F. Hess   Profile
Phone
(619) 705-4626

Documents

Posted documents for Solicitation N62473-21-R-1402

Question & Answer

Opportunity Lifecycle

Procurement notices related to Solicitation N62473-21-R-1402

Award Notifications

Agency published notification of awards for Solicitation N62473-21-R-1402

IDV Awards

Indefinite delivery vehicles awarded through Solicitation N62473-21-R-1402

Contract Awards

Prime contracts awarded through Solicitation N62473-21-R-1402

Protests

GAO protests filed for Solicitation N62473-21-R-1402

Incumbent or Similar Awards

Contracts Similar to Solicitation N62473-21-R-1402

Potential Bidders and Partners

Awardees that have won contracts similar to Solicitation N62473-21-R-1402

Similar Active Opportunities

Open contract opportunities similar to Solicitation N62473-21-R-1402

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
Aug. 15, 2023
Last Updated By
mica.c.paulson.civ@us.navy.mil
Archive Date
Oct. 1, 2022