Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC) for Waterfront Construction Services in the primarily in the Hampton Roads Areas of Responsibility (AOR)

Agency: DEPT OF DEFENSE
State: Virginia
Type of Government: Federal
Category:
  • Y - Construction of Structures and Facilities
Posted: Feb 7, 2023
Due: Feb 22, 2023
Solicitation No: N4008523R
Publication URL: To access bid details, please log in.
Follow
Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC) for Waterfront Construction Services in the primarily in the Hampton Roads Areas of Responsibility (AOR)
Active
Contract Opportunity
Notice ID
N4008523R
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 MID-ATLANTIC
Office
NAVAL FAC ENGINEERING CMD MID LANT
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Feb 07, 2023 03:25 pm EST
  • Original Response Date: Feb 22, 2023 02:00 pm EST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: Y1QA - CONSTRUCTION OF RESTORATION OF REAL PROPERTY (PUBLIC OR PRIVATE)
  • NAICS Code:
    • 237990 - Other Heavy and Civil Engineering Construction
  • Place of Performance:
    VA
    USA
Description

THIS IS A SOURCES SOUGHT NOTICE ONLY. This notice does NOT constitute a request for proposal, request for quote, or invitation for bid. The intent of this notice is to identify potential offerors for market research purposes and to determine whether to set-aside the requirement for small business concerns.



The Naval Facilities Engineering Command, Mid-Atlantic is seeking eligible Small Businesses, HUBZone Small Businesses, Small Disadvantaged Businesses, Service-Disabled Veteran-Owned Small Businesses, and Women-Owned Small Businesses capable of performing a Design-Build/Design-Bid-Build, Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC) for Waterfront Construction Services in the primarily in the Hampton Roads Areas of Responsibility (AOR) consisting of installations in Chesapeake, Hampton, Newport News, Portsmouth, Suffolk, Virginia Beach and Yorktown. Work may be required in other areas of responsibility under NAVFAC Mid-Atlantic and NAVFAC Atlantic if deemed necessary and approved by the NAVFAC Mid-Atlantic Chief of the Contracting Office.



This contract(s) will require the ability to manage multiple task orders concurrently across the identified AOR. Construction projects to be performed under this MACC will primarily be new construction, repair, replacement, demolition, alteration, and/or improvement of waterfront projects and may be of either design-bid-build (DBB) or design-build (DB) construction strategy. Types of waterfront projects that include one or more of the following elements: piers; wharves; quay walls; dry docks; bulkheads; crane rail systems; fender systems; berthing and mooring; and waterfront related utilities (e.g., steam; low pressure compressed air; fresh water; salt water; sanitary sewer; oily waste water collection; high voltage to low voltage electrical; and fire protection systems) and required staging and performing construction in or over open tidal waters from barges and/or other floating or affixed work platforms. 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 $249,000,000 for the life of the contract. Projects awarded on this MACC will have an estimated construction cost of approximately $250,000.00 to $10,000,000.00; however, smaller and larger dollar value projects may be considered.



The primary North American Industry Classification System (NAICS) Code for this procurement is 237990 - Other Heavy and Civil Engineering Construction. The small business size classification for this procurement is $45,000,000.



The procurement method to be utilized is Federal Acquisition Regulation (FAR) Part 15, Contracting by Negotiation.



Interested small business contractors must be able to comply with FAR Clause 52.219-14, Limitation on Subcontracting.



If adequate interest is not received from Small Business concerns, the solicitation will be issued as unrestricted without further notice.



It is requested that interested small businesses submit to the Contracting Officer a capabilities statement package, to include the NAVFAC Sources Sought Contractor Information Form and Sources Sought Construction Experience Project Data Form provided as attachments to this notice in order to demonstrate the ability to perform the services described.



The Sources Sought Project Information Form shall be used to document a minimum of three (3) and a maximum of five (5) relevant construction projects for the Offeror completed in the past ten (10) years that best demonstrate your experience on projects that are similar in size, scope and complexity to the projects proposed for this MACC.



A relevant project is further defined as:



Size: A final construction cost of $250,000 or greater. At least one (1) project must have a final construction cost of $2,500,000 or greater.



Scope and Complexity: Waterfront projects that include one or more of the following elements: piers, wharves, quay walls, bulkheads, relieving platforms, dry docks/caissons, break waters, fixed moorings, docks and marinas, pile driving, fender systems, sheet piles, sea walls, dredging and disposal, and waterfront related utilities (e.g., steam; low pressure compressed air; fresh water; salt water; sanitary sewer; oily waste water collection; high voltage to low voltage electrical; and fire protection systems).



Note: The Offeror’s capability package shall, cumulatively, demonstrate experience with at least four (4) of the elements listed under “Scope and 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 as the Offeror or first tier subcontractor on experience projects



b) Experience with new construction (at least one (1) project), repair and/or renovation (at least one (1) project), Experience with design-build (at least one (1) project).



c) Experience with (at least one (1) project) that required staging and performing construction in or over open tidal waters from barges and/or other floating or affixed work platforms.



For purposes of evaluating capability, the “Offeror” is defined as the prime contractor, as well as their proposed first-tier small business subcontractors, that demonstrate experience on relevant projects that meet size, scope and complexity.



In accordance with 13 CFR 125.2(g), small business Offerors may utilize the experience of a small business first-tier subcontractor(s) to demonstrate experience under this capability evaluation if the Offeror cannot independently satisfy the experience requirement as defined above. In order to utilize the experience of a small business first-tier subcontractor(s), the offeror must specifically identify the proposed small business first-tier contractor(s) in its capability package in accordance with this notice. The Offeror or, if a small business Offeror, its small business first-tier subcontractor, shall have been the prime contractor on all submitted projects. The Government notes that 13 CFR 125.2(g) is specific to only small business Offerors and named small business first-tier subcontractors. As such, the small business Offeror is not permitted to use the experience of a large business subcontractor or large business corporate affiliate in place of its own if the small business Offeror cannot independently satisfy the experience requirement as defined above.



Projects submitted for the Offeror shall have been completed within the past ten (10) years prior to the date of issuance of this notice.



Ensure that the project description clearly identifies the final construction cost and addresses how the project meets the scope/complexity.



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 would be required with your capability package, if requested.



This notice is a market research tool being used to determine the availability and adequacy of potential small business sources prior to determining the method of acquisition and ultimate issuance of an award. Upon review of industry response to this sources sought notice, the Government will determine whether set-aside procurement in lieu of full and open competition is in the Government’s best interest. Large Business submittals will not be considered. The Government is not obligated to and will not pay for any information received from potential sources as a result of this notice.



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.



RESPONSES ARE DUE NLT 22 FEBRUARY 2023 at 2:00 PM (EDT). LATE SUBMISSIONS WILL NOT BE ACCEPTED.



The package shall be sent via electronic mail to Amanda Bricker at Amanda.l.bricker.civ@us.navy.mil



Packages shall not exceed 15 pages and MUST be limited to a 4MB attachment.


Attachments/Links
Download All Attachments/Links
Attachments
Document File Size Access Updated Date
Sources Sought Contractor Information Form.docx (opens in new window)
17 KB
Public
Feb 07, 2023
Sources Sought Project Data Form.docx (opens in new window)
18 KB
Public
Feb 07, 2023
file uploads

Contact Information
Contracting Office Address
  • 9324 VIRGINIA AVENUE
  • NORFOLK , VA 23511-0395
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Feb 07, 2023 03:25 pm ESTSources Sought (Original)

Related Document

Feb 15, 2023[Award Notice (Original)] Replace DOAS Bldg. FC332
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

Follow 3695--STEAM HEATED DRYING AND CONDITIONING TUMBLERS FORT HARRISON, MT Active Contract Opportunity

VETERANS AFFAIRS, DEPARTMENT OF

Bid Due: 5/17/2024

Follow H141--Environmental Compliance Support, South Coast Air Quality Management District Active Contract Opportunity

VETERANS AFFAIRS, DEPARTMENT OF

Bid Due: 4/22/2024

AFH WASHER AND DRYER SERVICES Active Contract Opportunity Notice ID W91QV124Q0008 Related Notice

Federal Agency

Bid Due: 4/26/2024

Reforge Proof of Concept Active Contract Opportunity Notice ID FA489020S0001 Related Notice Department/Ind.

DEPT OF DEFENSE

Bid Due: 10/01/2024

* 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.