The RFP Database
New business relationships start here

IDIQ UNRESTRICTED MULTIPLE AWARD CONSTRUCTION CONTRACT FOR NEW CONSTRUCTION, REPAIR, AND RENOVATION OF WATERFRONT FACILITIES AT VARIOUS GOVERNMENT INSTALLATIONS LOCATED IN CALIFORNIA, ARIZONA, NEVADA, UTAH, COLORADO, AND NEW MEXICO


California, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

This procurement is for a multiple award construction contract (MACC) and is being advertised on an unrestricted basis inviting full and open competition. This procurement uses the two-phase design-build selection procedures and consists of one solicitation covering both phases with the intent to award three or more Indefinite Delivery Indefinite Quantity (IDIQ) construction contracts to the responsible proposers 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, repair, and renovation by design-build or design-bid-build of Waterfront Facilities at various government installations within the NAVFAC Southwest area of responsibility including, but not limited to: California, Arizona, Nevada, Utah, Colorado, and New Mexico. However, it is anticipated that the majority of the work will be performed in Southern California. The work will be for Waterfront Facilities and types of projects may include, but are not limited to: piers, wharves, quay walls, magnetic silencing facilities, bulkheads, sea walls, dry docks, boat ramps, docks and marinas, shore protection systems, rip rap, breakwaters, wave attenuation, mooring dolphins, buoys, primary and secondary fendering, pile driving, sheet piles, camels, separators, brows, gangways, dredging and disposal, all utilities for marine operations and other waterfront structures (both in and above water) related to waterfront operations (such as unexploded ordinance, crane rails, security, all applicable Federal, State, and local regulatory-environmental requirements, etc.) to support Navy vessels and port operations. The North American Industry Classification System (NAICS) code is 237990, and the annual size standard is $39.5 million. The base contract period will be for two (2) years. Each contract contains one (1), three (3) year option for a total maximum duration of five (5) years. The estimated maximum dollar value, including the base period and option for all contracts combined is $750,000,000. Task orders will range between $50,000 and $100,000,000. 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 only work authorized under this contract is work ordered by the government through issuance of a task order. 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, and Factor 3 - Past Performance; Phase Two: Factor 4 - Safety; Factor 5 - Technical Solution, Factor 6 Small Business 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 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 AND ASSOCIATED DOCUMENTATION WILL BE AVAILABLE IN ELECTRONIC FORMAT ONLY. The Phase One RFP will be posted on the Federal Business Opportunities (FBO) website at http://www.fbo.gov on or about October 16, 2019. 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 address listed above.


A sources sought notice was posted on FBO, and a market survey was conducted that included an assessment of relevant qualifications and capabilities of potentially qualified firms. As a result of the market research analysis, a determination was made to solicit this procurement as This contract is unrestricted with two (2) or more contracts reserved for highly qualified small businesses. The U. S. Small Business Administration (SBA) San Diego District Office and the NAVFAC SW small business office concur with this decision.


Chad Slade, Contract Specialist, Phone 619-532-4135, Email chad.a.slade@navy.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP