Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 03, 2025 SAM #8620
SPECIAL NOTICE

Y -- INDEFINITE DELIVERY INDEFINITE QUANTITY UNRESTRICTED MULTIPLE AWARD CONSTRUCTION CONTRACT FOR NEW CONSTRUCTION, RENOVATION, AND REPAIR OF COMMERCIAL AND INSTITUTIONAL FACILITIES USING ALTERNATIVE CONSTRUCTION METHODS (ACM) AT VARIOUS GOVERNMENT INSTALLATI

Notice Date
7/1/2025 1:33:44 PM
 
Notice Type
Special Notice
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
NAVFACSYSCOM SOUTHWEST SAN DIEGO CA 92132-0001 USA
 
ZIP Code
92132-0001
 
Solicitation Number
N62473-25-R-3426
 
Archive Date
07/01/2026
 
Point of Contact
Shane Mahelona, Phone: 6197054631
 
E-Mail Address
shane.k.mahelona.civ@us.navy.mil
(shane.k.mahelona.civ@us.navy.mil)
 
Description
INDEFINITE DELIVERY INDEFINITE QUANTITY UNRESTRICTED MULTIPLE AWARD CONSTRUCTION CONTRACT FOR NEW CONSTRUCTION, RENOVATION, AND REPAIR OF COMMERCIAL AND INSTITUTIONAL FACILITIES USING ALTERNATIVE CONSTRUCTION METHODS (ACM) AT VARIOUS GOVERNMENT INSTALLATIONS LOCATED IN CALIFORNIA, ARIZONA, NEVADA, UTAH, COLORADO, AND NEW MEXICOThis procurement is for a multiple award construction contract (MACC) and is being advertised on an unrestricted basis inviting full and open competition. This procurement will use the two-phase design-build selection procedure which will consist of one solicitation covering both phases with the intent to award approximately eight (8) or more Indefinite Delivery Indefinite Quantity (IDIQ) construction contracts to the responsible offerors whose proposals, conforming to the Request for Proposal (RFP), will be most advantageous to the Government resulting in the best value, price and other factors considered. Price evaluation preference will be given to HUBZone Small Business concerns, in accordance with FAR 52.219-4. This is an IDIQ contract with no pre-established fixed contract prices. The actual amount of work to be performed and the time of such performance will be determined by the Contracting Officer or his properly authorized representative, who will issue written task orders to the contractor. Award of task orders will be on a firm fixed price basis. The work to be acquired under this solicitation is for new construction, renovation, and/or repair, by design-build or design-bid-build, of commercial and institutional facilities using Alternative Construction Methods (ACM) at various Government installations located in California, Arizona, Nevada, Utah, Colorado, and New Mexico. However, it is anticipated that the majority of the work will be performed in California. Examples of relevant construction projects include: modular components, offsite prefabricated industrial construction, tension fabric structures, and pre-engineered metal or fiber reinforced panel buildings. The North American Industry Classification System (NAICS) code is 236220 (General Construction), and the annual size standard is $45 million. The basic contract period will be for two (2) years. Each contract contains one (1) option period of three (3) years for a total maximum duration of five (5) years. The estimated price range, including the base and option periods, for all contracts combined is over $2,500,000,000. The only work authorized under this contract is work ordered by the government through issuance of a task order. Task orders will range between $15,000,000 and $250,000,000. Task orders may fall below or above this limit; however, contractors are not obligated to accept such task orders under the general terms of the contract. The government makes no representation as to the number of task orders or actual amount of work to be ordered; however, during the term of the contract, a minimum of $5,000 is guaranteed to be ordered from each awardee, under the performance period of the contract. Contractors are not guaranteed work in excess of the minimum guarantee. The Government intends to evaluate proposals and award contract(s) without discussions. Selection for award will be based on evaluation of the following: Phase One: Factor 1 - Technical Approach, Factor 2 - Experience, Factor 3 - Past Performance, and Factor 4 - Safety; Phase Two: Factor 5 - Technical Solution (based on Proposed Task Order 0001); Factor 6 - Small Business Utilization and Participation; and Factor 7 - Price (based on Proposed Task Order 0001). Source Selection procedures will be used and award may be made to the offeror(s) whose proposal is the most advantageous and offers the best value to the government, price and other factors considered. No site visit will be held and no pre-proposal conference will be conducted. THE SOLICITATION WILL BE AVAILABLE IN ELECTRONIC FORMAT ONLY. The Phase One RFP will be posted on the System for Award Management (SAM) website under Contract Opportunities at https://sam.gov/content/opportunities on or about July 16, 2025. No hard copies will be provided. IT IS THE CONTRACTOR?S RESPONSIBILITY TO CHECK THE WEBSITE DAILY FOR ANY AMENDMENTS TO THIS SOLICITATION. Prospective offerors MUST register themselves on the website. Plan holders lists will not be faxed and will be available only at the website listed above. Market research was conducted and a determination was made to solicit this procurement on an unrestricted basis inviting full and open competition. The U.S. Small Business Administration (SBA) San Diego District Office and the NAVFAC SW Small Business Office concurred with this decision.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/12a0c312a24f4a5390f223a2509db602/view)
 
Place of Performance
Address: San Diego, CA 92132, USA
Zip Code: 92132
Country: USA
 
Record
SN07495020-F 20250703/250701230044 (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.