Search Contract Opportunities

WATERFRONT MULTIPLE AWARD CONSTRUCTION CONTRACT PRIMARILY FOR THE SHIPYARD INFRASTRUCTURE OPTIMIZATION PROGRAM AT HAWAII, WASHINGTON AND OTHER AREAS UNDER THE COGNIZANCE OF NAVFAC   3

ID: N6274221R1345 • Type: Presolicitation

Description

Posted: July 1, 2021, 4:40 p.m. EDT

Sources sought notice N6274220RSS01 for this procurement was posted on 12 May 2020 on the beta System for Award Management (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 on an UNRESTRICTED basis inviting full and open competition. The NAVFAC Pacific small business office concurs with this decision.

NAVFAC Pacific has a requirement to provide predominantly construction services (design-bid-build (DBB) and design-build (DB)) for waterfront facilities primarily in support of the Shipyard Infrastructure Optimization Program (SIOP). Therefore, NAVFAC Pacific is in need of a fixed-price Indefinite-Delivery, Indefinite-Quantity (IDIQ) multiple award construction contract (MACC) for Hawaii, Washington and other areas under the cognizance of NAVFAC.

This single solicitation may result in the award of a maximum of five (5) IDIQ MACC contracts; however, if determined to be in the best interest of the Government, less than five (5) contracts may be awarded or the Government may cancel the procurement. The main purpose of the SIOP MACC is to award task orders for military construction project P-209, Fiscal Year (FY) 2023 Dry Dock 3 Replacement at Pearl Harbor Naval Shipyard, and P-454, FY2024 Multi-Mission Dry Dock at Puget Sound Naval Shipyard. Work may also include task orders for pre-construction planning/preparation and constructability reviews associated with P-209 and P-454 and construction of waterfront facilities such as warehouses, dry docks, piers/wharves, site improvements, dredging and incidental design, environmental, and services related to the waterfront facilities at the Joint Base Pearl Harbor-Hickam, Puget Sound Naval Base, and other areas under NAVFAC cognizance. Work to be performed under the MACC will be within the primary North American Industry Classification System (NAICS) code 237990 Other Heavy and Civil Engineering Construction, average annual receipts is $39.5 million over the past three years. However, it will also include Subsection 237 Heavy and Civil Engineering Construction.

This solicitation will utilize the tradeoff source selection process in accordance with FAR 15.101 and FAR Subpart 15.3. All technical factors, when combined, are considered of equal importance to Past Performance. The factors are anticipated to be FACTOR 1 Bonding Capacity, FACTOR 2 Experience, FACTOR 3 Past Performance, FACTOR 4 Safety, and FACTOR 5 Small Business Participation. For evaluation of experience and past performance, a relevant construction project is defined as Construction of large marine facilities including, dry docks, piers, bulkheads, wharves, quay walls, bridges or water-retaining structures approximately $100,000,000 or more and completed or substantially completed within the last fifteen (15) years of the date of issuance of this RFP. Substantially complete means at least 90% physically complete.

The Request for Proposal (RFP) will be available on or about 1 July 2021 at the System for Award Management (SAM) website at https://www.sam.gov. Revisions to any posted documents will be posted to the SAM website. It is the responsibility of the Offeror to check the SAM website periodically for any revisions to the posted documents. All prime firms are required to complete the System for Award Management (SAM) via the website at https://www.sam.gov. Correspondence will be via facsimile transmission, unless otherwise noted in the project documents; therefore, your submission must clearly indicate a working facsimile number for your firm. Printed copies or CDs of the RFP will not be issued.

The contract period of performance is anticipated to consist of a five (5) year period or an aggregate maximum value of $8,000,000,000 for all contracts, whichever comes first. Each task order will specify the required construction duration. The typical size of the task orders will typically range between $100,000 and $5,000,000,000. All work under the MACC will be initiated by task orders that are competed amongst the MACC holders (firms awarded one of the potential contracts). For some requirements, task orders may be awarded to all MACC holders for the same scope of work, competed and awarded to one MACC holder or where justified, awarded sole source to one MACC holder. Task orders may require both design and construction services. 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 $2,000,000 is guaranteed for each awardee for the life of the contract. There are no additional minimum guarantees obligated for each contract.

A virtual pre-proposal conference/industry day is scheduled for July 14, 2021 beginning at 8:00a.m. Hawaii Standard Time. Following the event, contractors are invited to sit down virtually with NAVFAC Pacific in a one-on-one setting during a contractor breakout session. Sessions will be conducted informally and all discussions will remain private (not posted to public). Interested attendees must RSVP for the pre-proposal conference/industry day and/or a contractor breakout session by providing their company name, physical address, company point of contact, attendee email addresses, and telephone number to Ms. Chelan Crane, Contract Specialist, at chelan.n.crane.civ@us.navy.mil no later than July 6, 2021. A link to the webinar will be provided after registration. If signing up for a contractor breakout session, please indicate if your firm intends to participate as a prime or subcontractor. The number of sessions will be limited and priority will be given to interested Prime Contractors. Contractors will be informed of the date/time for the sessions prior to July 14, 2021.

In support of the design-build task orders, MACC holders shall retain the services of professional architect-engineer (A-E) firms experienced with multi-disciplined architectural-engineering design efforts. A-E firms employed shall have active U.S. professional registration or equivalent qualifications. Note: During contract execution, U.S. registration will be required for all architects or engineers who approve designs.

Offerors are required to be registered in the System for Award Management (SAM) database at https://www.sam.gov at the time of proposal submission.

Posted: June 16, 2021, 4:23 p.m. EDT

Overview

Response Deadline
Aug. 12, 2021, 8:00 p.m. EDT Past Due
Posted
June 16, 2021, 4:23 p.m. EDT (updated: July 1, 2021, 4:40 p.m. EDT)
Set Aside
None
Place of Performance
United States
Source
SAM

Current SBA Size Standard
$45 Million
Pricing
Fixed Price
Est. Level of Competition
Average
Odds of Award
79%
On 6/16/21 NAVFAC Pacific issued Presolicitation N6274221R1345 for WATERFRONT MULTIPLE AWARD CONSTRUCTION CONTRACT PRIMARILY FOR THE SHIPYARD INFRASTRUCTURE OPTIMIZATION PROGRAM AT HAWAII, WASHINGTON AND OTHER AREAS UNDER THE COGNIZANCE OF NAVFAC due 8/12/21. The opportunity was issued full & open with NAICS 237990 and PSC Y1ED.
Primary Contact
Name
Chelan N. Crane   Profile
Phone
(808) 471-0794

Secondary Contact

Name
Ann Saki-Eli   Profile
Phone
(808) 474-5356

Documents

Posted documents for Presolicitation N6274221R1345

Question & Answer

Opportunity Lifecycle

Procurement notices related to Presolicitation N6274221R1345

Award Notifications

Agency published notification of awards for Presolicitation N6274221R1345

IDV Awards

Indefinite delivery vehicles awarded through Presolicitation N6274221R1345

Contract Awards

Prime contracts awarded through Presolicitation N6274221R1345

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Presolicitation N6274221R1345

Similar Active Opportunities

Open contract opportunities similar to Presolicitation N6274221R1345

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE NAVY > NAVFAC > NAVFAC PACIFIC CMD > NAVAL FAC ENGINEEERING CMD PACIFIC
FPDS Organization Code
1700-N62742
Source Organization Code
100076508
Last Updated
July 1, 2021
Last Updated By
chelan.crane@navy.mil
Archive Date
Sept. 30, 2022