Washington Bids > Bid Detail

SOURCES SOUGHT – N4425524R1503, VENTI MULTIPLE AWARD CONSTRUCTION CONTRACT (VENTI MACC)

Agency:
Level of Government: Federal
Category:
  • Y - Construction of Structures and Facilities
Opps ID: NBD00159930863890871
Posted Date: Mar 14, 2024
Due Date: Mar 22, 2024
Source: https://sam.gov/opp/25189bd5ba...
Follow
SOURCES SOUGHT – N4425524R1503, VENTI MULTIPLE AWARD CONSTRUCTION CONTRACT (VENTI MACC)
Active
Contract Opportunity
Notice ID
N4425524R1503
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE NAVY
Major Command
NAVFAC
Sub Command
NAVFAC PACIFIC CMD
Sub Command 2
NAVFAC NORTHWEST NW
Office
NAVFACSYSCOM NORTHWEST
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 View Changes
  • Contract Opportunity Type: Sources Sought (Updated)
  • All Dates/Times are: (UTC-07:00) PACIFIC STANDARD TIME, LOS ANGELES, USA
  • Updated Published Date: Mar 14, 2024 12:28 pm PDT
  • Original Published Date: Mar 01, 2024 11:27 am PST
  • Updated Response Date: Mar 22, 2024 12:00 pm PDT
  • Original Response Date: Mar 15, 2024 12:00 pm PDT
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date: Apr 06, 2024
  • Original Inactive Date: Mar 30, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: Y1JZ - CONSTRUCTION OF MISCELLANEOUS BUILDINGS
  • NAICS Code:
    • 236220 - Commercial and Institutional Building Construction
  • Place of Performance:
    Silverdale , WA 98315
    USA
Description View Changes

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) Multiple Award Construction Contract (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, and repair work by DB or DBB, including but not limited to, industrial/commercial facilities, production facilities, aircraft hangars, substations/electrical distribution systems, training and support facilities, warehouses, medical facilities, magazines, airfield pavement and lighting, dry dock seismic repairs, construction and maintenance of marine piers and wharves and associated waterfront work.





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 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, specifically dredging, which is $37M. 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 Venti MACC.





The planned 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 $10B, whichever occurs first. Task orders will be issued as Firm-Fixed-Price (FFP) with an anticipated task order range of approximately $50 Million and no maximum limit per order; however, smaller dollar value projects may be considered. It is anticipated that approximately 12-14 contracts may be awarded under this MACC.





MACC awardees will be required to possess 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. Most of the work will occur in Washington State; however, projects could be located anywhere within the United States.





This MACC’s minimum task order value is $50M therefore it is anticipated that Project Labor Agreements (PLA) will be required for all task orders issued under this MACC. Reference is made to: FAR Subpart 22.5 Use of PLA for Federal Construction Projects; provision, FAR 52.222-33 Notice of Requirement for PLA; and to clause, FAR 52.222-34 PLA.







Interested firms are 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. It is anticipated that each firm awarded a contract under this proposed MACC will need a minimum bonding capacity of $50 million per project and a high aggregate bonding of potentially $1B.






  • 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, 237990, 237130, 237310, and 238210, 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 projects and scope elements 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





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 no later than 12:00 p.m. Pacific Daylight Time, 22 March 2024 by submitting an e-mail with an attached electronic copy of your response to:





jodus.d.hortin.civ@us.navy.mil; and



natalie.a.johnson48.civ@us.navy.mil





Please name the subject line of your e-mail as “(Insert Company Name) – Venti MACC Sources Sought Response – N4425524R1503”. Emails can be no larger than 5 MB in size. If more than 5 megabytes are needed, more than one email may be sent.


Attachments/Links
Contact Information View Changes
Contracting Office Address
  • 1101 TAUTOG CIRCLE STE 203
  • SILVERDALE , WA 98315-1101
  • USA
Primary Point of Contact
Secondary Point of Contact
History

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 >