SOURCES SOUGHT - N4425524R1502 GRANDE MULTIPLE AWARD CONSTRUCTION CONTRACT (GRANDE MACC)

expired opportunity(Expired)
From: Federal Government(Federal)
N4425524R1502

Basic Details

started - 01 Mar, 2024 (1 month ago)

Start Date

01 Mar, 2024 (1 month ago)
due - 15 Mar, 2024 (1 month ago)

Due Date

15 Mar, 2024 (1 month ago)
Bid Notification

Type

Bid Notification
N4425524R1502

Identifier

N4425524R1502
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE
[object Object]

SetAside

SBA(Total Small Business Set-Aside (FAR 19.5))
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

This is a Sources Sought Notice only and is not a request for proposal or invitation for bid. Naval Facilities Engineering Systems Command Northwest (NAVFAC) Northwest is seeking responses from construction firms capable of performing a Design-Build (DB)/Design-Bid-Build (DBB) Indefinite Delivery Indefinite Quantity (IDIQ) MACC for General Construction Services. This contract will require the ability to manage multiple task orders concurrently across the NAVFAC Northwest Area of Responsibility (AOR). Types of projects may include new construction, renovation, alteration, demolition, systems and infrastructure and may include civil, structural, mechanical, electrical, fire protection, and communications system for various facilities. Types of facilities include, but are not limited to: commercial and institutional, administrative, housing, dining, parking, environmental, child care centers, lodges, recreational/fitness centers, retail complexes, training facilities, warehouses,
offices, community centers, medical/training/operational/ personnel support/religious/recreational facilities, airfields, hangars, armories, fire stations, auditoriums, and manufacturing facilities. Incidental work with specialty trades include: Mechanical/Electrical/Plumbing systems, including Heating Ventilation and Air Conditioning (HVAC) systems, boilers, high pressure steam systems, electrical distribution, motors, generators, potable water distribution, sanitary sewer, communications and cybersecurity, and removal of asbestos or lead contaminated materials. The primary North American Industry Classification System (NAICS) Code is 236220, Commercial and Institutional Building Construction. The secondary NAICS codes are: 237990 Other Heavy and Civil Engineering Construction; 237130 Power and Communication Line and Related Structures Construction; 237310 Highway, Street and Bridge Construction, 238220 Plumbing, Heating, and Air Conditioning, and 238210 Electrical Contractors and Other Wiring Installation Contractors. The Small Business Size Standard is $45M with the exception of 238210 with a size standard of $19M and 237990. It is anticipated that the preponderance of task orders issued for work under this MACC will be within NAICS 236220; although, all NAICS codes will be utilized to fulfill anticipated requirements for the Grande MACC. The period of performance will be for one (1) three-year base period and one (1) five-year option period for a maximum duration of eight (8) years, or an aggregate maximum capacity of $1B, whichever occurs first. Task orders under this MACC will be issued as Firm-Fixed-Price (FFP), with an anticipated task order range of approximately $5 million - $30 million, however smaller dollar value projects may be considered. It is anticipated that approximately 8-12 contracts may be awarded under this MACC. MACC awardees will have the necessary experience, supervision, engineering, design, materials, personnel, and capability to perform the work described at various installations and facilities in the NAVFAC Northwest AOR including, Washington, Oregon, Idaho, Montana, Alaska, Iowa, Minnesota, North Dakota, South Dakota, Nebraska, and Wyoming. It is anticipated that most of the work will occur in Washington State, however, projects could be located anywhere in the United States. Each interested firm is requested to return a completed response form (attached) that addresses the following criteria: TYPE OF BUSINESS: State whether your firm is a large or small business. If a small business, state whether Small, HUBZone, Small Disadvantaged, Service Disabled Veteran-Owned, and/or Woman-Owned. See FAR Part 19 Small Business Programs for descriptions. BONDING CAPABILITY: Provide your firm’s per project and cumulative bonding capabilities in the response. It is anticipated that each firm awarded a contract under this proposed MACC will need a minimum bonding capacity of $5 million per project and $100 million aggregate. PROJECT EXPERIENCE: Provide up to five (5) example projects which best demonstrate the company’s experience relative to the types of work covered by this requirement. Example projects are to be representative of NAICS 236220, the description above, and be similar in size, scope and complexity to this requirement. Example projects should be substantially complete within the past seven (7) years and may include federal, state or local Government, and/or commercial projects. Submission of more than five (5) example projects is not requested. Within the Narrative Description section of the response form, describe each project sufficiently to demonstrate your firm’s relevant experience with the types of work described in this notice. Only provide projects where your firm acted as the Prime. Include projects that demonstrate construction and/or design experience with new construction, renovation, alteration demolition, and/or repair work by DB and/or DBB for anticipated scope elements which may include: NAICS 236220: industrial, maintenance, warehouses, production, communications, personnel support, recreation, lodging, medical, training, ranges, roads, special access program facilities (SAPF) or sensitive compartmented information facilities (SCIF’s), aviation facilities (i.e. hangars, control towers), or other similar facilities and scope elements. NAICS 237990: marine piers and wharves, quay walls, bulkheads, sea walls, dry docks, boat ramps, docks and marinas, shore protection, rip rap, breakwaters, wave attenuation, mooring dolphins, buoys, primary and secondary fendering, pile driving, sheet piles, structural repairs, waterfront utilities, dredging and disposal, or other similar facilities and scope elements. NAICS 237130: substations, electrical upgrades, electrical distribution systems or other similar facilities and scope elements. NAICS 237310: Airfield pavement, culverts or other similar facilities and scope elements. NAICS 238210: Airfield lighting, alarm systems NAICS 238220: Plumbing, Heating, and Air Conditioning The intent of this notice is to identify potential offerors for market research purposes and to determine technical capabilities, bonding capacity and potential set-aside opportunities. Any interested firm, including potential Joint Ventures (JV), may participate and are invited to respond to this sources sought by completing and returning the response form provided with the announcement. Respondents will not be notified of the results of the sources sought. This is not a solicitation for proposals and no contract will be awarded from this announcement. No reimbursement will be made for any costs associated with providing information in response to this announcement. There is no bid package or solicitation. No presentations will be scheduled and contractor responses will be provided in writing via e-mail as described in this notice. All information provided will be held in a confidential manner. Please respond to this announcement at your earliest opportunity, but not later than 12:00 p.m. Pacific Standard Time, 15 March 2024 by submitting an e-mail with an attached electronic copy of your response to: shelby.l.flowers4.civ@us.navy.mil, and conner.m.elmstrom.civ@us.navy.mil Please name the subject line of your e-mail as “(Insert Company Name) - Grande MACC Sources Sought Response - N4425524R1502”. Emails can be no larger than 5 MB in size. If more than 5 megabytes are needed, more than one email may be sent.

Silverdale, WA, 98315, USALocation

Place Of Performance : Silverdale, WA, 98315, USA

Country : United StatesState : Washington

You may also like

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.

Classification

NAICS CodeCode 236220
Classification CodeCode Y1JZ