SOURCES SOUGHT
Y -- DB/DBB IDIQ MACC for General Construction Service for the PWD Pennsylvania AOR
- Notice Date
- 4/30/2025 12:25:35 PM
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- NAVFACSYSCOM MID-ATLANTIC NORFOLK VA 23511-0395 USA
- ZIP Code
- 23511-0395
- Solicitation Number
- N4008525R2684
- Response Due
- 5/14/2025 11:00:00 AM
- Archive Date
- 05/29/2025
- Point of Contact
- Brittany Cristelli, Phone: 7573411978
- E-Mail Address
-
brittany.cristelli@navy.mil
(brittany.cristelli@navy.mil)
- Description
- THIS IS A SOURCES SOUGHT NOTICE ONLY. This notice does NOT constitute a request for proposal, request for quote, or invitation for bid. The intent of this notice is to identify potential offerors for market research purposes and to determine whether to set-aside the requirement for small business concerns. 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 (DB) /Design-Bid-Build (DBB), Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC) for General Construction Services in the Public Works Department (PWD) Pennsylvania Area of Responsibility (AOR) consisting of installations in Mechanicsburg and Philadelphia. Work may be required in other areas in the area of responsibility of NAVFAC Mid-Atlantic if deemed necessary. This contract(s) will require the ability to manage multiple task orders concurrently across the PWD Pennsylvania AOR. This MACC will encompass a wide range of DB and DBB projects that include, but are not limited to, new construction, demolition, repair, alteration, and renovation of buildings, systems and infrastructure and may include architectural, civil, structural, mechanical, electrical, fire protection, and communication systems. Types of facilities include administrative, industrial, maintenance, warehouses, communications, personnel support, recreation, lodging, dormitory, medical, roads, etc. Lead or asbestos abatement may be required. Work in explosive facilities may be required. 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 one (1) year from the date of the 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 $249,000,000.00 for the life of the contract. Projects awarded on this MACC will have an estimated construction cost of approximately $500,000.00 to $5,000,000.00; however, smaller and larger dollar value projects may be considered. The procurement method to be utilized is Federal Acquisition Regulation (FAR) Part 15, Contracting by Negotiation. The primary North American Industry Classification System (NAICS) Code for this procurement is 236220 � Commercial and Institutional Building Construction with a Small Business size standard of $45M. Interested small business contractors must be able to comply with FAR Clause 52.219-14, Limitation on Subcontracting (DEVIATION 2021-O0008), which states that �It will not pay more than 85 percent of the amount paid by the Government for contract performance, excluding the cost of materials, to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count towards the prime contractor�s 85 percent subcontract amount that cannot be exceeded.� It is requested that interested small businesses submit to the Contracting Officer a capabilities statement package, to include the NAVFAC Sources Sought Contractor Information Form and Sources Sought Construction Experience Project Data Form provided as attachments to this notice in order to demonstrate the ability to perform the services described. 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 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 or greater. At least one (1) project must have a final construction cost of $5,000,000 or greater. Scope/ Complexity: Projects submitted shall demonstrate experience with either new building or building addition construction as well as renovation, repair or alteration of a building or buildings. Offeror must provide at least one project that demonstrates experience with new building or building addition construction. Offeror must also provide at least one project that demonstrate experience with renovation, repair or alteration. The Capabilities package should include at least one design-build and at least one design-bid-build project that demonstrate experience and understanding of current code compliance requirements, coordination with other trades and with the designer of record throughout the construction process. Additionally, the package shall include the following: A list of current qualified employees able to serve as Project Superintendent, Quality Control Manager and/or Sight Safety and Health Officer (SSHO) Ensure that the project description clearly identifies whether the project is new building construction or interior/exterior renovation of a building or buildings, provides the final construction cost, and addresses how the project meets the scope/complexity. Please note that if you are responding as an 8(a) Mentor-Prot�g�, you must indicate the percentage of work to be performed by the prot�g�. A copy of the SBA letter stating that your 8(a) Mentor-Prot�g� agreement has been approved would be required with your proposal, if requested. THIS NOTICE IS NOT A REQUEST FOR PROPOSAL. This notice is a market research tool being used to determine the availability and adequacy of potential small business sources prior to determining the method of acquisition and ultimate issuance of an award. Upon review of industry response 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 notice. 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. Points of contact listed may be contacted for the purpose of verifying performance. RESPONSES ARE DUE NO LATER THAN MAY 14, 2025, at 2:00 PM EDT. LATE SUBMISSIONS WILL NOT BE ACCEPTED. The package shall be submitted electronically to Brittany Cristelli via email at Brittany.n.cristelli.civ@us.navy.mil and MUST be limited to a 5Mb attachment. You are encouraged to request a ""read receipt"" or acknowledgement via reply email.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/f406212a8efe4bd5976bfb5ae6ffc3b2/view)
- Place of Performance
- Address: PA, USA
- Country: USA
- Country: USA
- Record
- SN07427131-F 20250502/250430230050 (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 |