MACC FOR DB/DBB for new construction, renovation, alteration, and repair for large general construction projects primarily located in Portsmouth Naval Shipyard (PNSY), Kittery, ME and Norfolk Naval Shipyard (NNSY), Portsmouth, VA in support of SIOP

Agency: DEPT OF DEFENSE
State: Virginia
Type of Government: Federal
Category:
  • Y - Construction of Structures and Facilities
  • Z - Maintenance, Repair or Alteration of Real Property
Posted: Mar 27, 2024
Due: Apr 26, 2024
Solicitation No: N6247024R0057
Publication URL: To access bid details, please log in.
Follow
MACC FOR DB/DBB for new construction, renovation, alteration, and repair for large general construction projects primarily located in Portsmouth Naval Shipyard (PNSY), Kittery, ME and Norfolk Naval Shipyard (NNSY), Portsmouth, VA in support of SIOP
Active
Contract Opportunity
Notice ID
N6247024R0057
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE NAVY
Major Command
NAVFAC
Sub Command
NAVFAC ATLANTIC CMD
Office
NAVFACSYSCOM ATLANTIC
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
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Mar 27, 2024 09:30 am EDT
  • Original Response Date: Apr 26, 2024 02:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: May 11, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
    • 237990 - Other Heavy and Civil Engineering Construction
  • Place of Performance:
    Portsmouth , VA 23709
    USA
Description

SOURCES SOUGHT REFERENCE NUMBER N6247024R0057





Title: MULTIPLE AWARD CONSTRUCTION CONTRACT (MACC) FOR DESIGN-BUILD (DB) AND DESIGN-BID-BUILD (DBB) NEW CONSTRUCTION, RENOVATION, ALTERATION, AND REPAIR FOR LARGE GENERAL CONSTRUCTION PROJECTS PRIMARILY LOCATED IN PORTSMOUTH NAVAL SHIPYARD (KITTERY, MAINE) AND NORFOLK NAVAL SHIPYARD (PORTSMOUTH, VIRGINIA) IN SUPPORT OF THE SHIPYARD INFRASTRUCTURE OPTIMIZATION PROGRAM (SIOP)





THIS IS A SOURCES SOUGHT SYNOPSIS FOR INFORMATION AND PLANNING PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSALS (RFP) AND NO CONTRACT WILL BE AWARDED FROM THIS ANNOUNCEMENT. THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS, OR DRAWINGS AVAILABLE AT THIS TIME.





This Sources Sought Synopsis is being used as a market research tool to determine the availability and adequacy of potential qualified business sources prior to determining the method of acquisition and issuance of a solicitation. Naval Facilities Engineering Systems Command (NAVFAC) Atlantic is seeking qualified Large Businesses and Small Businesses, including U.S. Small Business Administration (SBA) certified 8(a), SBA certified HUBZone, Service-Disabled Veteran-Owned Small Businesses (SDVOSB), Women-Owned Small Businesses (WOSB), or Economically Disadvantaged Women-Owned Small Businesses (EDWOSB). Information received in relation to this notice will be used to assist the Government in developing an overall acquisition strategy.





The Government is not obligated to and will not pay for any information received from potential sources as a result of this synopsis.





Upon review of industry response to this Sources Sought Synopsis, the Government will determine whether a small business set-aside acquisition in lieu of full and open competition is in the Government’s best interest pursuant to FAR 19.502-2(b).





The Government is contemplating award of a MACC FOR DB/DBB for new construction, renovation, alteration, and repair for large general construction projects primarily located in Portsmouth Naval Shipyard (PNSY), Kittery, ME and Norfolk Naval Shipyard (NNSY), Portsmouth, VA in support of SIOP.





This contract(s) will require the ability to manage multiple task orders concurrently across the identified area of responsibility (AOR). Construction projects to be performed will primarily consist of heavy waterfront and industrial building type projects (new construction, renovations, alterations, demolition, repair work, and any necessary design) including: dry docks, wharves, piers, bulkheads, industrial, utilities, infrastructure, and including both vertical and horizontal construction. 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.





It is anticipated that no more than five (5) contracts will be awarded as a result of this potential solicitation. The duration of the contract(s) will be for one (1) year from the date of contract award with four (4) one-year option periods. The total five-year (base and four one-year options) estimated construction cost for all contracts will not exceed $4,000,000,000 for the life of the contract. Projects awarded on this MACC will have an estimated construction cost of approximately $3,000,000 to $500,000,000.00; however, smaller and larger dollar value projects may be considered.





All companies to include service-disabled veteran-owned small businesses (SDVOSB), veteran-owned small businesses (VOSB), certified HUB-Zone, certified 8(a), and women-owned small businesses (WOSB), small businesses, and large businesses are encouraged to respond. Upon review of industry response to this Sources Sought Notice, the Government will determine whether a set-aside acquisition in lieu of full and open competition is in the Government’s best interest. If you are considering entering into a teaming arrangement, you should provide the name of all teaming partners, the anticipated type of teaming arrangements, address the specific services each member will provide and include applicable professional qualifications and experience for each member, and to what extent your company has worked with the proposed teaming partners in the past. For other than bundled requirements you may be able to joint venture with one or more small businesses and not be considered affiliated as long as each member of the joint venture is small under the applicable NAICS code (13 CFR 121.103(h)(3)). A small business prime will be required to comply with FAR 52.219-14, which limits the percentage paid by small business prime contractors to subcontractors that are not similarly situated entities. The limitation on subcontracting would apply to the cooperative effort of the joint venture and not each individual member (13 CFR 125.6(i)). Provide evidence that on past contracts of a similar nature that your company (as the prime contractor) was able to comply with the requirement of FAR 52.219-14 and will be able to comply with this requirement under the proposed contract.





Submittal Requirements: It is requested that interested businesses submit to the Contracting Officer a capabilities package, to include the Sources Sought Capabilities Questionnaire, the Sources Sought Project Information Form, and Section 3: Small Business Firm’s Past Experience Excel Spreadsheet provided as attachments to this notice.





The Sources Sought Project Information Form shall be used to document a minimum of three (3) up to a maximum of five (5) relevant construction projects for the offeror that best demonstrates experience on projects that are similar in size, scope and complexity as listed below. Projects submitted for the offeror shall be completed within the past ten (10) years from the date of issuance of this Sources Sought. For the purposes of this evaluation, a relevant project is further defined as:





Size: A final construction cost of $5,000,000 or greater. At least one (1) project must have a final construction cost of $20,000,000 or greater.





Scope: Waterfront projects that include one or more of the following elements: piers, wharves, quay walls, dry docks, bulkheads, gantry/portal crane rail systems, fender systems, berthing and mooring facilities, and waterfront related utilities (e.g., ship-to-shore steam, low pressure compressed air, fresh water, salt water, oily wastewater collection, high voltage to low voltage electrical, and fire protection systems).





Complexity:





- The offeror shall demonstrate experience with at least one (1) project that required staging and performing construction from barges or other floating platforms in or over open tidal waters.



- Experience self-performing rehabilitation or repair of concrete structures in marine environments (at least one (1) project).



- Experience installing deep foundations including pile driving and monitoring, and managing associated environmental and natural resource requirements (at least one (1) project).



- Experience with utility distribution systems (at least one (1) project).





Note: The Offeror’s capability package shall, cumulatively, demonstrate experience with all four (4) of the elements listed under “Complexity.” All elements do not have to have been completed under one project. Offerors should attempt to identify which element(s) of work are addressed in each submitted project.





Submitted relevant projects shall demonstrate the following characteristics:





a) Experience with new construction (at least one (1) project), repair and/or renovation (at least one (1) project)





Ensure that the project description clearly identifies whether the project is new construction or repair/renovation, addresses how the project meets the scope and complexity requirements as delineated above, and provides the final construction cost.





Please note that if you are responding as an 8(a) Mentor-Protégé, you must indicate the percentage of work to be performed by the protégé. A copy of the SBA letter stating that your 8(a) Mentor-Protégé agreement has been approved is required with your proposal.





The potential North American Industry Classification System (NAICS) Codes for this procurement are 237990 - Other Heavy and Civil Engineering Construction (Size Standard $45,000,000) and 238110 – Poured Concrete Foundation and Structure Contractors (Size Standard $19,000,000). The small business size classification for this procurement is $45,000,000.





The information provided in this notice is subject to change and in no way binds the Government to solicit for or award a contract. The Government will not provide debriefs on the results of this research, but feedback regarding the decision to set aside or not set aside the procurement will be accomplished via pre-solicitation synopsis or solicitation for these services, as applicable. All information submitted will be held in a confidential manner and will only be used for the purpose intended. Points of contact listed may be contacted for the purpose of verifying performance.





The submission package shall be submitted electronically to Brandi Upton via email at brandi.j.upton.civ@us.navy.mil and MUST be limited to a 5MB attachment. The Statement of Capabilities must be on 8 ½ by 11-inch standard paper, single spaced, Times New Roman, 12 point font minimum and is limited to ten (10) single-sided pages (including all additional attachments). The Section 3: Small Business Firm’s Past Experience Excel Spreadsheet is not included in the page count. You are encouraged to request a read receipt or acknowledgement via reply email.





RESPONSES ARE DUE NO LATER THAN THURSDAY, 26 APRIL 2024 AT 14:00 EST. LATE RESPONSES WILL NOT BE ACCEPTED.





NOTE: THE GOVERNMENT RESERVES THE RIGHT TO CANCEL THIS ACQUISITION AT ANY TIME. THE GOVERNMENT IS NOT RESPONSIBLE FOR ANY COSTS INCURRED IN ORDER TO PARTICIPATE IN THIS PROCESS. ALL INFORMATION SUBMITTED IS AT THE OFFEROR’S OWN EXPENSE. ANY RECOMMENDATIONS OR SUGGESTIONS PROVIDED IN RESPONSE TO THIS NOTICE MAY BE UTILIZED WITHOUT ANY RESTRICTIONS WHATSOEVER OR COST TO THE GOVERNMENT AND MAY BE INCLUDED IN ANY RESULTANT SOLICITATION.





We appreciate your interest and thank you in advance for responding to this notice.


Attachments/Links
Contact Information
Contracting Office Address
  • 6506 HAMPTON BLVD
  • NORFOLK , VA 23508-1278
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Mar 27, 2024 09:30 am EDTSources Sought (Original)

Related Document

Mar 29, 2024[Sources Sought (Updated)] MACC FOR DB/DBB for new construction, renovation, alteration, and repair for large general construction projects primarily located in Portsmouth Naval Shipyard (PNSY), Kittery, ME and Norfolk Naval Shipyard (NNSY), Portsmouth, VA in support of SIOP
Daily notification on new contract opportunities

With GovernmentContracts, you can:

  • Find more opportunities and win more business
  • Receive daily alerts for all new bid opportunities
  • Get contract opportunities matched to your business
ONE WEEK FREE TRIAL

See also

Views: Current Version ( 38 ) All Versions ( 38 ) Details IFB-61432

State Government of Virginia

Bid Due: 6/11/2024

Follow SPE4A724R0309-1650 - FILTER,FLUID/ AIRCRAFT, HERCULES C-130 Active Contract Opportunity Notice ID SPE4A724R0309

Federal Agency

Bid Due: 4/29/2024

Bid Number: 20240763B Bid Title: James City County Marina Upgrades and Supporting Infrastructure

James City County

Bid Due: 4/30/2024

Views: Current Version ( 14 ) All Versions ( 124 ) Details IFB-61713

State Government of Virginia

Bid Due: 5/23/2024

* Disclaimer: Information regarding bids, requests for proposals (RFPs), or requests for qualifications (RFQs) is provided on this website only as a convenience and does not constitute official public notice. Persons wishing to respond to or inquire about bids, RFPs, or RFQs should contact the appropriate government department.