Job Order Contract (JOC) IDIQ, NAVFAC Washington Area of Responsibility at Washington DC, Virginia, and Maryland

Agency: DEPT OF DEFENSE
State: District of Columbia
Level of Government: Federal
Category:
  • Y - Construction of Structures and Facilities
Opps ID: NBD00159889476277715
Posted Date: Jun 27, 2023
Due Date: Jul 11, 2023
Solicitation No: N4008023R2185
Source: Members Only
Follow
Job Order Contract (JOC) IDIQ, NAVFAC Washington Area of Responsibility at Washington DC, Virginia, and Maryland
Active
Contract Opportunity
Notice ID
N4008023R2185
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
NAV FAC ENGINEERING CMD WASHINGTON
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 View Changes
  • Contract Opportunity Type: Sources Sought (Updated)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Jun 27, 2023 02:57 pm EDT
  • Original Published Date: Jun 27, 2023 08:40 am EDT
  • Updated Response Date: Jul 11, 2023 02:00 pm EDT
  • Original Response Date: Jul 11, 2023 02:00 pm EDT
  • Inactive Policy: Manual
  • Updated Inactive Date: Jul 12, 2023
  • Original Inactive Date: Jul 12, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: Y1AZ - CONSTRUCTION OF OTHER ADMINISTRATIVE FACILITIES AND SERVICE BUILDINGS
  • NAICS Code:
    • 236220 - Commercial and Institutional Building Construction
  • Place of Performance:
    Washington Navy Yard , DC 20374
    USA
Description

NOTICE TYPE: SOURCES SOUGHT





Notice ID: N4008023R2185



Agency: NAVFAC WASHINGTON



Response Date: 11 July 2023 @1400 EST



Synopsis Date: 27 June 2023



NAICS Code: 236220 Commercial and Institutional Building Construction





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





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(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract.





NAVFAC Washington is seeking potential qualified Small Businesses, local U.S. Small Business Administration (SBA) 8(a), HUB Zone, Service Disabled Veteran-Owned Small Businesses (SDVOSB), Women Owned Small Businesses (WOSB) or Economically Disadvantaged Women Owned Small Businesses (EDWOSB) with current relevant qualifications, experience, personnel, and the capability to perform General Construction Services at various locations within the NAVFAC Washington Area of Responsibility to include Washington DC (DC), Virginia (VA), and Maryland (MD).





As a result of this sources sought, NAVFAC Washington may decide to procure a single stand-alone Indefinite Delivery/Indefinite Quantity (IDIQ), Job Order Contract (JOC) for General Construction Services with an estimated maximum contract value of $249,000,000 with projects ranging from $2k to $4M. The proposed contract may be for two (2) base years with (3) one year options period. The applicable North American Industry Classification System (NAICS) code shall be 236220 (Commercial and Institutional Building Construction), with a Small Business Size Standard of $45M.





Work associated with the IDIQ includes specific requirements for general construction and repair services, may include, but is not limited to: Demolition; Pre-engineering buildings; Roof replacement; Gutters and downspouts; Window and door repair/replacement; Wall installation; HVAC equipment installation; Duct installation; Pipe installation; Utilities; Fire protection; Interior & exterior painting; Architectural signage; Paving & asphalt; Clearing and grubbing site preparation. Work ordered under this contract may require the Contractor to provide design and/or engineering services, under a design-build task order. Specific management services shall include, but is not limited to planning, scheduling, cost accounting, report preparation, establishing and maintaining records, and quality control. The Contractor shall provide a staff with the necessary management expertise to assure performance objectives and standards are met. Management personnel shall include but is not limited to: Project Manager (PM), Quality Control Manager (QCM) & Site Safety and Health Officer (SSHO); Permitting to comply with all applicable federal, state, and local laws and regulations; Accident Prevention & Activity Hazard Analysis; Environmental Protection; Waste Management.





This notice does not constitute a Request for Proposal. It is not to be construed as a commitment by the Government for any purpose other than market research and is not restricted to a particular acquisition approach. No reimbursement will be made for any costs associated with providing information in response to this announcement or any follow-up information requests. Respondents will not be notified of the evaluation and any information submitted by respondents to this notice is strictly voluntary.





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





a. Company Profile: Company profile to include number of employees, annual receipts, number of offices and office location(s), DUNS number, CAGE Code, and statement regarding small business designation and status.





b. Type of Business: Identify whether your firm is a large business or small business (SBA certified 8(a), SBA certified HUB Zone, SDVOSB, SBA certified WOSB, and/or SBA Certified EDWOSB concern). For more information on the definitions or requirements for these small business programs, refer to http://www.sba.gov/.





c. Experience: Submit a maximum of three (3) projects worked within the past five years of similar size, scope and complexity. For each of the contract/project submitted for experience provide the title; location; whether you were a prime or subcontractor; award and completion dates; contract or subcontract value; type of work, scope of work; a brief description of how the referenced contract/project relates to the work described; and customer information including point of contact, phone number, and email address. DO NOT submit basic contracts for IDIQ work, only the Task Orders issued to the basic contract.





Interested firms shall submit information using a Sources Sought Contractor Information Form, and: a Sources Sought Project Information Form, provided as attachments to this notice.



*Attachments are limited to a total of 5MB.





Responses to this Sources Sought announcement are due no later than 2:00 p.m. EST, 11 July 2023, via email to Contract Specialist, Frank G. Decker at frank.g.decker.civ@us.navy.mil and, Contracting Officer, Wendie P. Narvarte at wendie.p.narvarte.civ@us.navy.mil.





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






Attachments/Links
Attachments
Document File Size Access Updated Date
23R2185 Project Data Form.docx.pdf (opens in new window)
114 KB
Public
Jun 27, 2023
23R2185 Contractor Information Form.pdf (opens in new window)
204 KB
Public
Jun 27, 2023
file uploads

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

Related Document

Mar 20, 2024[Solicitation (Updated)] Solicitation N4008023R2185 IDIQ JOC
Mar 21, 2024[Solicitation (Updated)] Solicitation N4008023R2185 IDIQ JOC

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 >