Similar Projects
Z1da--Copy of MATOC Construction Project - New Procurement - VISN 22
New Construction
Design
$2,000 to $50,000,000 est. value
Phoenix, Prescott, Tucson, AZ - Loma Linda, Long Beach, Los Angeles, San Diego, CA - Albuquerque, NM

Z1da--Copy of MATOC Construction Project - New Procurement - VISN 22
New Construction
Design
$2,000 to $50,000,000 est. value
Phoenix, Prescott, Tucson, AZ - Loma Linda, Long Beach, Los Angeles, San Diego, CA - Albuquerque, NM

Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC) for General Construction Naics 236220; Under Navfac Sw
New Construction, Renovation
Bidding
$100,000 to $5,000,000 est. value
Yuma, AZ

Repair Boiler Building 55350 and Plumbing Building 91249
Renovation
Bidding
$250,000 to $500,000 est. value
Young, AZ

Renovation of Facility 5247 for the 47th Fighter Squadron located at Davis Mothan AFB, Arizona
New Construction, Renovation, Addition - 8,336 SF
Post-Bid
$5,000,000 to $10,000,000 est. value
Tucson, AZ

FY 21 MILCON JITC Building-New Facility Electronics Lab, Ft Huachuca, AZ
New Construction
Post-Bid
$25,000,000 to $100,000,000 est. value
Fort Huachuca, AZ

Repair COMM HQ, Facility 1540
Results
$1,000,000 to $5,000,000 est. value
Tucson, AZ

Repair Facility 131
Renovation
Results
$1,000,000 to $5,000,000 est. value
Tucson, AZ

Fy22 F-35A Squadron Operations Facility #6
New Construction
Design
Luke Air Force Base, AZ 85309

DPW Guard Shelters
New Construction
Post-Bid
AZ

DEMA Waats Training Center Building L4300 Wall Addition(M21-0038) Single
Addition
Results
Marana, AZ 85653

Generator Replacement B1056 and B998, Luke AFB
Renovation
Design
$1,000,000 to $5,000,000 est. value
Glendale, AZ 85309

Install Split Unit at Building 3504
Renovation
Post-Bid
Yuma, AZ 85365

DEMA 52nd Street Readiness Center Restoration
Renovation
Results
Phoenix, AZ 85008

RFQ D/B - Upgrade Building 51002 for Mailroom at Fort Huachuca
Renovation
Design
$1,000,000 to $5,000,000 est. value
Sierra Vista, AZ 85613

Last Updated 07/13/2022 10:34 AM
Project Title

IDIQ MACC for Natural Gas and POL Fuel System Projects at Various Government Installations within the NAVFAC SW Area of Responsibility

Physical Address View project details and contacts
City, State (County) State-Wide: AZ, CA, CO, NM, NV, UT
Category(s) Government/Public
Sub-Category(s) Military Facility
Contracting Method Competitive Bids.
Project Status Bidding, Construction Start Expected July 2022
Bids Due View project details and contacts
Estimated Value $50,000 to $10,000,000
Plans Available from Federal Agency
Owner View project details and contacts
Architect View project details and contacts
Description

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 approximately five (5) 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 natural gas and petroleum, oils, and lubricants (POL) fuel systems construction projects 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 projects are natural gas and POL fuel systems construction projects similar in scope to: fuel storage and distribution systems, cathodic protection systems, spill containment systems, and all ancillary natural gas and POL support facilities and structures to include emergency backup power systems, fire protection systems, and control systems for such facilities and structures. The North American Industry Classification System (NAICS) code is 237120 (Oil and Gas Pipeline and Related Structures Construction), and the annual size standard is $39.5 million. The basic contract period will be for two (2) years. Each contract contains two (2) option period of three (3) years each for a total maximum duration of eight (8) years. The estimated maximum dollar value, including the base and option periods, for all contracts combined is $150,000,000. The only work authorized under this contract is work ordered by the government through issuance of a task order. Task orders will range between $50,000 and $10,000,000. 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 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 April 12, 2022. 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. A sources sought notice (N6247322RFUEL) for this procurement was posted on November 10, 2022, on the SAM website, 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 unrestricted. The U.S. Small Business Administration (SBA) San Diego District Office and the NAVFAC SW small business office concur with this decision

Details

Military Facility, Renovation.
Division 03 - Concrete, Cast-in-Place Concrete, Precast Concrete.
Division 04 - Masonry, Unit Masonry.
Division 05 - Metals, Structural Metal Framing.
Division 06 - Wood, Plastics, and Composites, Rough Carpentry, Finish Carpentry, Architectural Woodwork.
Division 07 - Thermal and Moisture Protection, Dampproofing and Waterproofing, Thermal Insulation, Weather Barriers.
Division 08 - Openings, Metal Doors and Frames, Wood Doors, Plastic Doors, Specialty Doors and Frames, Entrances and Storefronts, Curtain Wall and Glazed Assemblies, Windows, Hardware.
Division 09 - Finishes, Plaster and Gypsum Board, Tiling, Acoustical Ceilings, Flooring, Resilient Flooring, Carpeting, Acoustic Treatment, Painting.
Division 10 - Specialties, Visual Display Units, Signage, Compartments and Cubicles, Toilet Compartments, Partitions, Fire Protection Specialties, Fire Protection Cabinets, Fire Extinguishers, Storage Assemblies, Flagpoles.
Division 12 - Furnishings, Window Treatments, Casework, Office Furniture, Multiple Seating.
Division 21 - Fire Suppression, Fire-Suppression Sprinkler Systems.
Division 22 - Plumbing, Facility Water Distribution, Facility Sanitary Sewerage, Facility Storm Drainage, Plumbing Equipment, Plumbing Fixtures.
Division 23 - Heating, Ventilating, and Air Conditioning (HVAC), Instrumentation and Control for HVAC, HVAC Piping and Pumps, HVAC Air Distribution.
Division 26 - Electrical, Instrumentation and Control for Electrical Systems, Interior Lighting, Emergency Lighting, Exit Signs, Exterior Lighting.
Division 27 - Communications, Structured Cabling, Data Communications, Voice Communications.
Division 28 - Electronic Safety and Security, Electronic Access Control and Intrusion Detection, Fire Detection and Alarm.
Division 31 - Earthwork, Site Clearing, Grading, Soil Treatment.
Division 32 - Exterior Improvements, Bases, Ballasts, and Paving, Flexible Paving, Asphalt Paving, Rigid Paving, Concrete Paving, Curbs, Gutters, Sidewalks, and Driveways, Planting Irrigation, Turf and Grasses.
Division 33 - Utilities, Water Utilities, Sanitary Sewerage Utilities, Storm Drainage Utilities.

Bidder's List View project details and contacts
Prospective Bidders View project details and contacts
Project Documents
 Engineered Spec Sheet
 Architectural Plans
 Other Documents