6047898 – Sources Sought – SOURCES SOUGHT FOR INDEFINITE DELIVERY INDEFINITE QUANTITY (IDIQ) MULTIPLE AWARD CONSTRUCTION CONTRACT (MACC) FOR GENERAL CONSTRUCTION PROJECTS LOCATED IN CENTRAL CALIFORNIA, NORTHERN CALIFORNIA, AND NEVADA

May 2, 2024 | Sources Sought

SOURCES SOUGHT FOR INDEFINITE DELIVERY INDEFINITE QUANTITY (IDIQ) MULTIPLE AWARD CONSTRUCTION CONTRACT (MACC) UNDER NAICS CODE 236220 FOR GENERAL CONSTRUCTION PROJECTS AT VARIOUS GOVERNMENT INSTALLATIONS LOCATED IN CENTRAL CALIFORNIA, NORTHERN CALIFORNIA, AND NEVADA WITHIN THE NAVAL FACILITIES ENGINEERING SYSTEMS COMMAND SOUTHWEST (NAVFAC SW) AREA OF RESPONSIBILITY (AOR)

This is a Sources Sought Synopsis announcement, a market survey for information to be used for preliminary planning purposes. The information received will be used within the Navy to facilitate the decision-making process and will not be disclosed outside of the agency. The intent of this Sources Sought Synopsis is to identify potential qualified Small Businesses, U.S. Small Business Administration (SBA) SBA certified 8(a) Businesses, SBA certified HUBZone Small Businesses, Women-Owned Small Businesses, and/or Service-Disabled Veteran-Owned Small Businesses.

This Sources Sought Synopsis is one facet in the Government’s overall market research in regard to whether the proposed solicitation will be issued as a competitive set-aside or as full and open (unrestricted). No procurement strategy will be determined based solely on the information received in response to this Sources Sought Synopsis.

No reimbursement will be made for any costs associated with providing information in response to this announcement or any follow-up information requests. This notice does not constitute a Request for Proposal and is not to be construed as a commitment by the Government for any purpose other than market research. Respondents will not be notified of the results of this market research.

NAVFAC SW is seeking Small Business, SBA certified 8(a) Business, SBA certified HUBZone Small Business, Women-Owned Small Business, and/or Service-Disabled Veteran-Owned Small Business sources with current and relevant experience, personnel, and capability to perform a multiple award construction contract for new general building construction, repair, and renovations projects. The North American Industry Classification System (NAICS) Code is 236220 (Commercial and Institutional Building Construction) with a Small Business Size Standard of $45 million according to the SBA Table of Size Standards as reflected on the Small Business Administration website.

Task orders issued under the proposed multiple award contract(s) will be performed at various federal sites within the NAVFAC SW Central California, Northern California, and Nevada AOR including, but not limited to: Naval Support Activity Monterey (NSA Monterey), Naval Air Weapons Station China Lake (NAWS China Lake), Naval Air Station Lemoore (NAS Lemoore), Marine Corps Air Ground Combat Center Twentynine Palms (MCAGCC 29 Palms), Marine Corps Mountain Warfare Training Center Bridgeport (MWTC Bridgeport),  Marine Corps Logistics Base Barstow (MCLB Barstow), Naval Air Station Fallon (NAS Fallon), Travis Air Force Base (Travis AFB), and Naval Base Ventura County Point Mugu(NBVC). The proposed contract(s) will be for a base performance period of two (2) years and three (3) option periods of two (2) years each, resulting in the contract performance period maximum of eight (8) years. The estimated total contract price for the base year and all option years combined is $150,000,000. Task order range is estimated between $100,000 and $7,000,000. The contract(s) will include FAR clause 52.219-14 Limitations on Subcontracting, which states that the concern “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.”

Projects will be primarily design-build or secondarily design-bid-build for new construction, repair, and/or renovation of commercial and institutional buildings. Types of construction projects may include, but are not limited to, administration buildings, academic and applied instruction training facilities, maintenance/repair facilities, military operations facilities, aircraft hangars, fire stations, office buildings, laboratories, dining facilities, related structures, and other similar facilities. 

Interested sources are invited to respond to this sources sought announcement by using the forms provided under separate file titled “Sources Sought Information Form”.  The following information shall be provided:

1) Contractor Information: Provide your firm’s contact information, including Unique Entity ID (generated by SAM.gov) and CAGE Code.  NOTE:  SAM registrations are taking much longer for approval.  This is especially true for newly formed Joint Ventures.  Prospective offerors are highly encouraged to start the SAM registration prior to issue of the Request for Proposal.  

2) Type of Business: Identify whether your company is a Small Business, SBA certified 8(a), SBA certified HUBZone, Women-Owned Small Business, and/or Service-Disabled Veteran-Owned Small Business concern as well of the company itself is self-certified/registered to perform work under NAICS 236220. For more information on the definitions or requirements for these small business programs, refer to  www.sba.gov.

3) Bonding Capacity: Provide your surety’s name, your maximum bonding capacity per project, and your aggregate maximum bonding capacity.

4) Locations: Identify the geographic locations in which you are willing and capable to work.

5) Experience: Submit a minimum of three (3) and maximum of five (5) recent specific government or commercial contracts/projects your firm has performed as the prime contractor to demonstrate your experience in construction and repair of commercial and institutional buildings as indicated in this announcement. A specific project is a single project or a single task order under an indefinite quantity contract or on-call type contract. “Recent” is defined as having been 100% completed within the five years prior to the submission due date. All projects shall have a minimum construction cost of $250,000.  Projects which do not meet these requirements may not be considered relevant.

Utilize the attached General Construction Sources Sought Information Form for each of the projects submitted for experience evaluation; provide the following:

  • title and location
  • award and completion dates
  • contract or subcontract value
  • type of work for overall project and type of work your company self-performed
  • current customer information including point of contact, phone number, and email address
  • whether the work was performed as a prime or subcontractor
  • description of the work that was self-performed by your company, including the percentage of contract value your company self-performed

Additional Submission Requirements:

  1. Submit at least one (1) relevant project with a construction cost of $500,000 or more.
  2. Submit at least one (1) relevant project demonstrating experience of primarily new construction.
  3. Submit at least one (1) relevant project demonstrating experience of primarily repairs/renovation construction.
  4. At least one (1) of the relevant projects shall demonstrate experience in design-build contracts.

6) Safety: OSHA Days Away from Work, Restricted Duty, or Transfer (DART) Rate, and Total Recordable Case (TRC) Rate for each of calendar years 2021, 2022, and 2023. For any DART rate above 3.0, or any TRC above 4.5, provide an explanation to address the reasons for the rate and extenuating circumstances that affected the rate. Instructions for calculating the DART rate can be found at http://www.bls.gov/iif/osheval.htm.

In sections where recent experience is requested, all experience will be evaluated for market research purposes only.  Firms are advised that while experience older than five years or not yet 100% complete may demonstrate capability to perform the scope of work, it may not indicate that the firm could be competitive during a future solicitation where only the most recent five years of experience will be accepted.  NAVFAC may make an acquisition strategy determination based on the likelihood that a sufficient pool of qualified contractors will be competitive on a future solicitation.

Responses to this Sources Sought announcement are due no later than 2:00 p.m. (local time) on May 16, 2024. Please address your response to Naval Facilities Engineering Systems Command via email ONLY to Heather L. Race at [email protected].  Facsimile submittals will not be accepted. All NAVFAC Southwest solicitations are posted on the website at https://sam.gov/ and begin with “N62473.”

This content is provided for members of the U.S. Veteran Business Alliance by Bidspeed

Bidspeed helps small business contractors win government contracts by dynamically combining several thousand publicly available data sources to provide detailed information and intelligence to government contractors, agencies, and advocacy organizations.