Design-Build/Design-Bid-Build, Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC) for General Construction Services at Marine Corps Air Station (MCAS) Beaufort

Agency:
State: South Carolina
Level of Government: Federal
Category:
  • Y - Construction of Structures and Facilities
  • Z - Maintenance, Repair or Alteration of Real Property
Opps ID: NBD00159085001421392
Posted Date: Nov 14, 2023
Due Date: Nov 28, 2023
Source: Members Only
Follow
Design-Build/Design-Bid-Build, Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC) for General Construction Services at Marine Corps Air Station (MCAS) Beaufort
Active
Contract Opportunity
Notice ID
N4008524R2518
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
NAVFACSYSCOM MID-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-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Nov 14, 2023 11:00 am EST
  • Original Response Date: Nov 28, 2023 02:00 pm EST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Dec 13, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
    • 236220 - Commercial and Institutional Building Construction
  • Place of Performance:
    SC
    USA
Description

THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL OR INVITATION FOR BID. THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS OR DRAWINGS AVAILABLE AT THIS TIME.





The intent of this notice is to conduct market research to determine if sources capable of satisfying this agency’s requirements exist.



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 General Construction Services at Marine Corps Air Station (MCAS) Beaufort, Marine Corps Recruit Depot (MCRD) Parris Island, and NAS Beaufort (Naval Hospital) in South Carolina. Work may be required in other areas in the area of responsibility of 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



MCAS Beaufort and the Marine Corps AOR. This MACC will encompass a wide range of DB and DBB projects that include, but are not limited to, demolition, repair, replacement, modification, new construction, and renovation of buildings, systems and infrastructure for various facilities. Types of facilities may include, but are not limited to, administrative, industrial, warehouses, maintenance, communications, schools/training/education, personnel support, recreational, food services, lodging, medical, training areas/ranges, roads, etc.



Incidental work with specialty trades includes Mechanical/Electrical/Plumbing (MEP) systems including Heating Ventilating and Air Conditioning (HVAC) systems, boilers, high pressure steam distribution, electrical distribution, motors, generators, potable water distribution, sanitary sewer, storm water control, communications, and removal and disposal of asbestos or lead contaminated materials.



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 $50,000,000.00 for the life of the contract. Projects awarded on this MACC will have an estimated construction cost of approximately $20,000.00 to $2,000,000.00; however, smaller and larger dollar value projects may be considered. Firms shall demonstrate a minimum bonding capacity per project of at least $1,000,000.00 and an aggregate bonding capacity of $5,000,000.00.



Projects shall be in conformance with all applicable referenced criteria per the design/construction standards, laws and regulations, including applicable building, fire life-safety codes, and environmental regulations as outlined at:



http://www.wbdg.org/ffc/dod/unified-facilities-criteria-ufc





The appropriate Northern American Industry Classification System (NAICS) code for the majority of projects under this MACC is 236220 – Commercial and Institutional Building Construction, and the Small Business Size Standard is $45,000,000.



The procurement method utilized is the 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 respond to this sources sought announcement by using the Sources Sought Contractor Information Form and Sources Sought Project Information Form, provided as attachments to this notice. These forms are required. Information not provided may prohibit your firm from consideration. The following information shall be provided:



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 completed in the past five (5) years that best demonstrate your experience on relevant 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 $500,000.00 or greater. At least one (1) project must have a final construction cost of $1,000,000 or greater.



Scope/Complexity: General Construction work to include:




  • New installation/construction of commercial and industrial buildings and related structures

  • Replacement of commercial and industrial buildings and related structures

  • Interior/exterior alteration or renovation of a building that include repairs to multiple building systems and infrastructures



Additionally, submitted relevant projects shall demonstrate the following characteristics:




  1. Offerors shall have acted as the Prime contractor on all submitted projects. Offeror’s experience performing as a subcontractor will not be considered

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

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



Note: Projects submitted that only include horizontal or civil site work will not be considered.



Ensure that the project description clearly identifies whether or not the project is new construction or renovation, the final construction cost, and addresses how the project meets the scope/complexity requirements.



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.



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 proposal, if requested.





The Capabilities Statement for this sources sought is not expected to be a proposal, but rather short statements regarding the company’s ability to demonstrate existing-or-developed expertise and experience in relation to the areas specified herein. Submission of a Capabilities Statement is not a prerequisite to any potential future offerings, but participation will assist the Government in tailoring requirements to be consistent with industry capabilities.



Upon review of industry responses 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 synopsis.



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.





Responses are due on 28 November 2023 by 14:00 EST. The submission package shall ONLY be submitted electronically to James Godwin at james.a.godwin41.civ@us.navy.mil and MUST be limited to a 4MB attachment. You are encouraged to request a “read receipt.” Responses received after the deadline or without the required information will not be considered.





Questions or comments regarding this notice may be addressed by email to james.a.godwin41.civ@us.navy.mil.


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


History
  • Nov 14, 2023 11:00 am ESTSources Sought (Original)

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 >