Washington, DC Bids > Bid Detail

Indefinite-Delivery/Indefinite-Quantity (IDIQ) Multiple Award Construction Contract (MACC) for facilities within the NAVAC Washington Area of Responsibility (AOR) to include Washington DC (DC), Virginia (VA), and Maryland (MD)

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • Y - Construction of Structures and Facilities
Opps ID: NBD00159909794983736
Posted Date: Apr 4, 2024
Due Date: Apr 10, 2024
Solicitation No: N4008024R0008
Source: https://sam.gov/opp/87585cb5d4...
Follow
Indefinite-Delivery/Indefinite-Quantity (IDIQ) Multiple Award Construction Contract (MACC) for facilities within the NAVAC Washington Area of Responsibility (AOR) to include Washington DC (DC), Virginia (VA), and Maryland (MD)
Active
Contract Opportunity
Notice ID
N4008024R0008
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE NAVY
Major Command
NAVFAC
Sub Command
NAVFAC ATLANTIC CMD
Sub Command 2
NAVFAC WASHINGTON
Office
NAVFACSYSCOM WASHINGTON
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information View Changes
  • Contract Opportunity Type: Sources Sought (Updated)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Apr 04, 2024 11:37 am EDT
  • Original Published Date: Feb 28, 2024 11:10 am EST
  • Updated Response Date: Apr 10, 2024 02:00 pm EDT
  • Original Response Date: Mar 12, 2024 02:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date: Apr 25, 2024
  • Original Inactive Date: Mar 27, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: Y1BZ - CONSTRUCTION OF OTHER AIRFIELD STRUCTURES
  • NAICS Code:
    • 236220 - Commercial and Institutional Building Construction
  • Place of Performance:
    Washington Navy Yard , DC 20374
    USA
Description View Changes

THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS NOTICE DOES NOT CONSTITUTE A REQUEST FOR PROPOSAL, REQUEST FOR QUOTE, OR INVITATION FOR BID.





NAVFAC WASH hereby announces the reactivation of the Sources Sought Notice N4008024R0008, originally published on 28 February 2024. This reactivation is being issued to 1) revise the awarded contract structure, 2) reflect revised bonding capacity per contract and 3) to reflect revised project size standards within demonstrated capacity on project data forms. The purpose of this revision is to expand the pool of potential respondents capable of meeting the proposed MACC requirements.





  1. NAVFAC WASH is committed to promoting a competitive and diverse acquisition process that supports growth and sustainability of small businesses. In alignment with this commitment, we are announcing a strategic revision to the contract structure of the proposed MACC from an unrestricted MACC to an unrestricted MACC with a small business reserve in accordance with FAR 19.501(a)(2). NAVFAC WASH intends to award approximately 9 contracts under this MACC of which approximately 3 contracts are intended to be reserved to responsible small business firms.







  1. Bonding Capacity Requirement:

    Original bonding capacity per contract: $250,000,000

    Revised bonding capacity per contract: $200,000,000*





Note: For the purposes of this sources sought, bonding capacity may be achieved through combined resources for firms intending to form a joint venture (JV).





  1. Project Size Standard Requirement:





Original: Size: A final construction cost of $50,000,000 or greater. At least one (1) project must have a final construction cost of $200,000,000 or greater.



Revised: Size: A final construction cost of $20,000,000 or greater. At least one (1) project must have a final construction cost of $50,000,000 or greater.



Note: Firms are encouraged to present projects with a final construction cost >$100,000,000



Small businesses interested in taking advantage of the reserved opportunities within this proposed MACC are encouraged to ensure their eligibility and readiness by verifying their small business status and familiarizing themselves with the specific requirements and qualifications for participation, as listed below.



Firms who have previously submitted capability packages in response to the original SSN need not re-submit unless to provide updated information.



The intent of this sources sought notice is to identify qualified and interested offerors for information and planning purposes. The information received will be utilized within the Navy to facilitate the decision-making process and will not be disclosed outside of the agency. No reimbursement will be made for any costs associated with providing information in response to this announcement or any follow-up information requests. In accordance with Federal Acquisition Regulation (FAR) 15.201, responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. This Sources Sought Notice is issued solely for information, planning purposes, and market research in accordance with FAR Part 10.



All responses will be used to determine the appropriate acquisition strategy for the future acquisition. No award will be made from this sources sought. Any information provided is voluntary. Telephone calls will not be accepted. Be advised the Government will not pay for any information or administrative cost incurred in response to this sources sought. All cost associated with this sources sought will be solely at the expense of the respondents. Additionally, all submissions become government property and will not be returned. No basis for a claim against the Government shall arise as a result from a response to this sources sought. Do not request a copy of a solicitation.





Naval Facilities Engineering Systems Command, Washington (NAVFAC WASH) is seeking information concerning the availability of Contractors capable of performing design and construction services for an Indefinite-Delivery/Indefinite-Quantity (IDIQ) Multiple Award Construction Contract (MACC) for facilities within the NAVAC Washington Area of Responsibility (AOR) to include Washington DC (DC), Virginia (VA), and Maryland (MD). This acquisition is being considered for full and open competition.



Description of Work: The work under this MACC includes, but is not limited to, labor, supervision, tools, materials, and equipment necessary to perform new construction, renovation, repair, alteration and related demolition of existing infrastructure. Projects will be either design-build or design-bid-build for infrastructure within the identified AOR. Infrastructure will include, but is not limited to, facilities for administrative, industrial, maintenance, warehouses, communications, personnel support, recreation, lodging, medical, training, ranges, airfields, hangers, and roadways. In support of the design-build work, the Contractor shall employ the services of an architect/engineering professional experienced in the coordination of multi-disciplined architectural/engineering design efforts in all aspects of general building and new and renovation projects. The selected Contractor(s) will be responsible for all labor, supervision, engineering, design, materials, equipment, tools, parts, supplies, and transportation to perform all of the services described in the drawings and specifications provided for each individual project.

The total estimated construction costs for all contracts is not-to-exceed $8,000,000,000. Projects awarded on this MACC will have an estimated construction cost of approximately $15,000,000 - $1,000,000,000; however, smaller and larger dollar value projects may be considered. Firms shall demonstrate a bonding capacity of $200,000,000 for a single project.





The period of performance (POP) will be for one (1) 24-month base period and two (2) 36-month option periods, estimated to start in August 2025. The North American Industry Classification System (NAICS) code is 236220 and the small business size standard is $45 Million. This MACC will be solicited with a seed project. The seed project for this MACC is a DBB project for an Aircraft Development and Maintenance Facility​ that will be located at Naval Air Station, PAX River. The project will provide a high-bay, steel-frame hangar on concrete pile and grade-beam foundation with a reinforced concrete slab, built-up roofing over insulated structural metal deck, and steel truss framing. The project includes aircraft parking apron, hangar access apron, and paved shoulders. The hangar complex will support research, development, testing, and evaluation of a new aircraft platform. In accordance with DFARS 236.204, the magnitude of construction is between $100,000,000 and $250,000,000.





It is requested that interested parties submit a brief capabilities package. This capabilities package shall address, at a minimum the following:







  1. Company Profile:





The Sources Sought Contractor Information Form shall be used provide a company profile including office composition, total number of employees, number of offices and office location(s) personnel breakout by location, annual receipts, DUNS number, and CAGE Code.





  1. Experience:





The Sources Sought Project Information Form shall be used to document a maximum of three (3) construction projects completed in the past seven (7) years (completed to the point of Beneficial Occupancy), that best demonstrate experience on projects that are similar in size, scope and complexity to the projects proposed for this MACC.



A similar project is further defined as:





Size: A final construction cost of $20,000,000 or greater. At least one (1) project must have a final construction cost of $50,000,000 or greater.





Firms capable of providing historical projects with final construction costs of $100,000,000 or greater are encouraged to provide such data. Projects with a final construction cost of $200,000,000 or greater are more favorable for demonstrated capability.



Scope/Complexity: Individual projects shall demonstrate experience with at least one (1) of the following:





  • New Construction of a Building




  • Interior and exterior renovation of an existing building(s) that includes significant repairs to multiple (at least 3) building systems and exterior/ site infrastructure (e.g. civil sitework, utilities, sewer, fueling, pavement, etc.)







Note: Projects submitted that only include horizontal or civil site work will not be considered relevant.  A building is defined as “A structure, enclosed by walls and a roof, constructed for an intended occupancy in accordance with life safety codes.” Projects submitted that only include painting to demonstrate exterior renovation will not be considered.





Additionally, submitted, relevant projects shall demonstrate the following characteristics:





  • Offerors shall have acted as the prime contractor on submitted projects. Offerors’ experience performing as a subcontractor will not be considered, nor will experience of companies proposed to work as subcontractors on the resulting solicitation/contract.







  • Experience with both new construction (at least (1) one project) and renovation (at least (1) one project).




  • Experience with design-build (at least (1) one project).




  • Experience with DoD construction.







Ensure that the project description clearly identifies whether or not the project is new construction or renovation, provides the final construction cost, clearly identifies the project is complete (per the definition above), what the Offerors role was on the project with detailed explanation of duties performed, includes the percentage of work the offeror self-performed and addresses how the project meets the scope/complexity requirements.







  1. Project Labor Agreement:





The Project Labor Agreement Questionnaire shall be used to gather information relevant for establishing a Project Labor Agreement (PLA).



PLA is defined as a pre-hire collective bargaining agreement with one or more labor organizations that establishes the terms and conditions of employment for a specific construction project and is an agreement as described in 29 U.S.C. 158(f). Federal Acquisition Regulation (FAR) Policy states: Use of Project Labor Agreements for Federal Construction Projects, requires agencies to use project labor agreements in large-scale construction projects (at or above $35 million) to promote economy and efficiency in the administration and completion of Federal construction projects. FAR 22.503(a). Agencies shall require use of a PLA for contractors and subcontractors engaged in construction on the project, unless an exception is granted. FAR 22.503(b). An agency may require the use of a PLA on projects where the total cost to the Federal Government is below $35 million, if appropriate. FAR 22.503(c).



Agencies may require use of a PLA for projects under $35 million if the agency decides that the use of project labor agreements will: (1) advance the Federal Government's interest in achieving economy and efficiency in Federal procurement, producing labor-management stability, and ensuring compliance with laws and regulations governing safety and health, equal employment opportunity, labor and employment standards, and other matters; and (2) be consistent with law. FAR 22.503(c)(1).



Reference is made to: FAR Subpart 22.5 Use of Labor Agreements for Federal Construction Projects; provision, FAR 52.222-33 Notice of Requirement for Project Labor Agreement; and to clause, FAR 52.222-34 Project Labor Agreement.



In consideration of the above factors, and any others which may be deemed appropriate, the construction community is invited to comment on the use of a PLA for this proposed project using the attached questionnaire.



This is not an announcement of the availability of a solicitation nor is it a means of generating a plan holder's list. After review of the responses to this synopsis, the Government intends to make a determination to pursue the inclusion of a PLA at either the contract level or at the task order level for this MACC.



The Government will not contact the responders for clarification of information provided. This survey is for planning purposes only and the Government does not intend to award a contract on the basis of this market survey or otherwise pay for the requested information. The Government will not provide a debriefing on the results of this survey. All information will be held in a confidential manner and will only be used for the purposes intended.



Interested sources are advised to complete the Sources Sought Contractor Information Form, Sources Sought Project Information Form, and Project Labor Agreement Questionnaire provided as attachments to this notice.





RESPONSES TO THIS SOURCES SOUGHT ANNOUNCEMENT ARE DUE NO LATER THAN 2:00 PM (EST) 10 April 2024 via electronic mail to Molly Lawson at molly.e.lawson.civ@us.navy.mil.



You are encouraged to request a "read receipt."





Responses are limited to 9 pages (total):



Sources Sought Contractor Information Form (1 page)



Sources Sought Project Information Form (No more than 2 pages per project)



Project Labor Agreement Questionnaire (2 pages)





Responses received after the deadline or without the required information may not be reviewed. Since this is a Sources Sought announcement only, evaluation letters will not be issued to any respondent.




Attachments/Links
Contact Information
Contracting Office Address
  • 1314 HARWOOD STREET SE
  • WASHINGTON NAVY YARD , DC 20374-5018
  • USA
Primary Point of Contact
Secondary Point of Contact
History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >