Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 27, 2025 SAM #8493
SOLICITATION NOTICE

Y -- Indefinite-Delivery/Indefinite-Quantity (IDIQ) Multiple Award Construction Contract (MACC) for facilities within the NAVAC Washington Area of Operations (AO) to include Washington DC (DC), Virginia (VA), and Maryland (MD)

Notice Date
2/25/2025 10:48:47 AM
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
NAVFACSYSCOM WASHINGTON WASHINGTON NAVY YARD DC 20374-5018 USA
 
ZIP Code
20374-5018
 
Solicitation Number
N4008025R9500
 
Archive Date
08/05/2026
 
Point of Contact
Molly Lawson, Phone: 2027165845, Vivienne Moore
 
E-Mail Address
molly.e.lawson.civ@us.navy.mil, vivienne.e.moore.civ@us.navy.mil
(molly.e.lawson.civ@us.navy.mil, vivienne.e.moore.civ@us.navy.mil)
 
Description
THIS NOTICE DOES NOT CONSTITUTE A REQUEST FOR PROPOSAL, REQUEST FOR QUOTE, OR AN INVITATION FOR BID.? NO SPECIFICATIONS OR DRAWINGS ARE AVAILABLE AT THIS TIME.? The intent of this pre-solicitation synopsis to notify potential offerors that the Naval Facilities Engineering Systems Command, Washington (NAVFAC Wash) of a firm-fixed-price (FFP) Design-Build/Design-Bid-Build (DB/DBB) Indefinite-Delivery, Indefinite-Quantity (IDIQ) Multiple Award Construction Contract (MACC) for large scale general construction projects at various locations within NAVFAC Washington�s Area of Operations (AO), primarily in Washington D.C., Maryland, and Virginia. Construction projects to be performed under this MACC will primarily consist of general building type projects and may be either design-bid-build (DBB) or design-build (DB). General construction includes, but is not limited to; management, labor, supervision, tools, materials, and equipment necessary to perform, but not limited to, new construction, demolition, repair, alteration, and renovation of buildings, systems and infrastructure, and may include civil, structural, mechanical, electrical, fire protection, and/or communication systems. Types of facilities may include administrative, industrial, maintenance, warehouses, hangars, communications, personnel support, recreation, lodging, dormitory, medical, training, ranges, roads, etc., in support of Naval Facilities Engineering Command, Washington, District of Columbia, and various facilities in the AO. The duration of the contract(s) spans an eight-year ordering period; to include a two-year base period and two additional, three-year option periods, if exercised, for a total 96 months.? Contract Not-To-Exceed for all contracts awarded under the MACC is $8 Billion total. ? Issue RFP Date: Approximately March 2025 Procurement Method: Source Selection using tradeoff process Type of Contract: Firm Fixed Price, IDIQ?? Primary NAICS 236220 � Commercial and Institutional Building [Small Business Size Standard = $45 Million] This solicitation will be advertised as Full and Open Competition. Large Business Offerors are required to submit an acceptable small business subcontracting plan. The Government intends to use Small Business Reserves in accordance with FAR 19.503. All responsible sources may submit a proposal which shall be considered by the agency. THIS SOLICITATION WILL BE OFFERED IN ELECTRONIC FORMAT ONLY. The anticipated requirement will be issued under Solicitation Number N40080-25-R-9500. 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. Hard copies of the solicitation will not be provided. It is the responsibility of the Offerors to check the above websites daily for any updates/amendments. Primary POC: Molly Lawson Telephone: (202) 716-5845 Email: molly.e.lawson.civ@us.navy.mil? Secondary POC: Vivienne Moore Telephone: (202) 674-9173 Email: vivienne.e.moore.civ@us.navy.mil
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/bd10818711504b01ba8bc584bd6597aa/view)
 
Place of Performance
Address: Washington Navy Yard, DC 20374, USA
Zip Code: 20374
Country: USA
 
Record
SN07352710-F 20250227/250225230035 (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.