Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 22, 2025 SAM #8488
SOLICITATION NOTICE

Y -- N44255-25-R-1503, Pre-Solicitation Notice -- NAVFAC Northwest VENTI Multiple Award Construction Contract (VENTI MACC)

Notice Date
2/20/2025 2:46:12 PM
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
NAVFACSYSCOM NORTHWEST SILVERDALE WA 98315-1101 USA
 
ZIP Code
98315-1101
 
Solicitation Number
N44255-25-R-1503
 
Archive Date
04/30/2025
 
Point of Contact
Jodus Hortin, Phone: 3603158317, Nancy Coffee, Phone: 3603960262
 
E-Mail Address
jodus.d.hortin.civ@us.navy.mil, nancy.m.coffee.civ@us.navy.mil
(jodus.d.hortin.civ@us.navy.mil, nancy.m.coffee.civ@us.navy.mil)
 
Description
Solicitation No: N44255-25-R-1503 Title: VENTI Multiple Award Construction Contract (VENTI MACC) Type: RFP ~ Pre-Solicitation Notice Location: NAVFAC Northwest Area of Responsibility Issue RFP Date: Approximately March 2025 Due Date for Proposals (Phase I): Approximately April 2025 Anticipated Site Visit Date (Phase II): Approximately July-August 2025 Due Date for Proposals (Phase II): Approximately August 2025 Estimated Award Date: Approximately November 2025 Contract Not-To-Exceed/Task Order Range: Contract Not-To-Exceed for all contracts awarded under the Multiple Award Construction Contract (MACC) is $9 Billion total / Task order range is approximately $50,000,000 to no maximum limit per task order. Period of Performance: One 12-month base period, two 24-month option periods, and one 36-month option period, for a maximum duration of 96 months. Contracting POC: Jodus Hortin, jodus.d.hortin.civ@us.navy.mil Secondary POC: Nancy Coffee, nancy.m.coffee.civ@us.navy.mil Description PROJECT/REQUIREMENT DESCRIPTION: Naval Facilities Engineering Systems Command Northwest ( NAVFAC NW) intends to award a full and open, Firm-Fixed-Price (FFP) Design-Build (DB)/Design-Bid-Build (DBB) Indefinite Delivery Indefinite Quantity (IDIQ) MACC in the NAVFAC NW Area of Responsibility (AOR), which includes 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. This acquisition is a two-phase procurement. A seed project, to be identified in Phase II, will serve as the basis of price competition for the evaluation of offers and is representative of the projects that may be procured through this MACC. In the event the seed project is not awarded, all MACC awardees shall be awarded a minimum guarantee. The MACC will include On and Off-Ramp procedures. Types of projects may include new construction, renovation, alteration, demolition, and repair work for marine piers, 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, industrial, maintenance, warehouses, communications, personnel support, recreation, lodging, medical, training, ranges, roads, Special Access Program Facilities or Sensitive Compartmented Information Facilities, aviation facilities (i.e. hangars, control towers, airfields, etc.), or other similar facilities utilizing one primary, and three secondary North American Industrial Classification System (NAICS) codes. A summary of the applicable NAICS codes and corresponding Small Business Size standards is included below: (Primary) NAICS 236220 � Commercial and Institutional Building [Small Business Size Standard = $45M]: industrial, maintenance, warehouses, production, communications, personnel support, recreation, lodging, medical, training, ranges, roads, special access program facilities or sensitive compartmented information facilities, aviation facilities (i.e. hangars, control towers), or other similar facilities and scope elements. (Secondary) NAICS 237990 � Other Heavy and Civil Engineering [Small Business Size Standard (specifically, dredging) = $37M]: 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. (Secondary) NAICS 237130 � Power and Communication Line and Related Structures Construction [Small Business Size Standard = $45M]: substations, electrical upgrades, electrical distribution systems or other similar facilities and scope elements. (Secondary) NAICS 237310 � Highway, Street and Bridge Construction [Small Business Size Standard = $45M]: Airfield pavement, culverts or other similar facilities and scope elements. One or more of the items under this acquisition may be subject to Free Trade Agreements or the World Trade Organization Government Procurement Agreement. Large Business Offerors are required to submit an acceptable small business subcontracting plan. All responsible sources may submit a proposal which shall be considered by the agency. COMPETITION DESCRIPTION: This notice does NOT constitute a request for proposal, request for quote, or invitation for bid. As a method for conducting market research, a sources sought for this requirement was issued 01 March 2024 on SAM.gov, and subsequently updated 14 March 2024 to extend the due date for responses from 15 March 2024 to 22 March 2024. Based upon the responses received, it is determined that the solicitation be solicited as a full and open competitive procurement. Activity Deputy for Small Business concurs with this determination. THIS SOLICITATION WILL BE OFFERED IN ELECTRONIC FORMAT ONLY. NO HARD COPIES WILL BE PROVIDED. The solicitation will be available on the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module at https://piee.eb.mil/. Amendments will be posted on the website. This will be the only method of amendment distribution; therefore, it is the OFFERORS� RESPONSIBILITY TO CHECK THE WEBSITE PERIODICALLY FOR ANY AMENDMENTS TO THE SOLICITATION. Prospective offerors MUST register themselves on the website. Training and instructions on how to submit your proposal are available at https://pieetraining.eb.mil/wbt/xhtml/wbt/sol/solicitation/. Offerors must also be registered in the System for Award Management (SAM) system at http://www.sam.gov/ in order to participate in this procurement.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/66c38b56d8c348f9aabd1688ce47970c/view)
 
Place of Performance
Address: Silverdale, WA 98315, USA
Zip Code: 98315
Country: USA
 
Record
SN07348099-F 20250222/250220230033 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.