Similar Projects
Small Works Roster
Term Contract
Design
$300,000 CJ est. value
Forks, WA 98331

Small Works Roster
Term Contract
Design
$300,000 CJ est. value
Richland, WA 99352

Job Order Contract - Subcontracting Opportunities
Term Contract
Sub-Bidding
Vancouver, WA 98660

Camas Library HVAC Equipment Replacement
Term Contract
Sub-Bidding
$1,000,000 CJ est. value
Camas, WA 98607

Biosolids Beneficial Use Services
Term Contract
Post-Bid

Biosolids Beneficial Use Services
Term Contract
Post-Bid

Small Works Roster
Term Contract
Design
$300,000 CJ est. value
Pasco, WA 99301

Underground Utility Locate and Marking Services
Term Contract
Sub-Bidding
Vancouver, WA 98662

Mt. View HS Summer 2022 MOVE
Alteration
Post-Bid
Vancouver, WA 98687

Vendor List
Term Contract
Design
$50,000 CJ est. value
Pasco, WA 99301

Jumpoff Ridge Switchyard Control Building
Renovation
Sub-Bidding
$2,500,000 CJ est. value
Wenatchee, WA 98801

Sodium Chloride (Solar Salt)
Term Contract
Post-Bid
Vancouver, WA 98687

Small Works Roster
Term Contract
Design
Wenatchee, WA 98801

Land Surveying and Services
Term Contract
Sub-Bidding
Richland, WA 99352

On-Call Environmental Site Assessment Consulting
Term Contract
Post-Bid
Vancouver, WA 98660

Last Updated 04/27/2023 05:14 PM
Project Title

RFQ D/B - NAVFAC Northwest Multiple Award Construction Contract

Physical Address View project details and contacts
City, State (County) Seattle, WA 98164   (King County)
Category(s) Single Trades
Sub-Category(s) Service/Term Contracts
Contracting Method Competitive Bids
Project Status Bidding, Request for Qualifications, Construction start expected January 2024
Bids Due View project details and contacts
Estimated Value $100,000,000 [brand] Estimate
Plans Available from Agency's Affiliate
Owner View project details and contacts
Architect View project details and contacts
Description

PHASE II IS ISSUED. ONLY THOSE PROPOSERS SELECTED IN PHASE I PROCEED INTO PHASE II. Disclosure of the Magnitude of Construction: Between $25M and $100M Synopsis or Description COMPETITION DESCRIPTION: A sources sought notice was posted on 16 April 2021 on Federal Business Opportunities (FBO) to conduct market research. Based upon the responses received, it is determined that the solicitation be solicited as a full and open competitive procurement with an internal Small Business set-aside for the geographical area serviced by Small Business Administration (SBA) Region X which consists of Alaska, Iowa, Nebraska, North Dakota, Montana, Wyoming, Minnesota, South Dakota, Idaho, Oregon, and Washington, if there is an approved acquisition plan. Activity Small Business Office concurs with this determination. PROJECT/REQUIREMENT DESCRIPTION: The North American Industry Classification Standard (NAICS) is 236220 and the annual size standard is $36.5 million. This procurement is to provide for new construction, renovation, alteration, demolition, and repair work by design-build or design-bid-build for facilities. The work will primarily be performed within the Naval Facilities Engineering Command (NAVFAC) Northwest Area of Responsibility (AOR) including Washington, Oregon, Idaho, Montana, Alaska, Iowa, Minnesota, North Dakota, South Dakota, Nebraska, and Wyoming. It is anticipated that most of the work will occur in Washington State; however, projects could be located anywhere in the United States. Types of projects include, but are not limited to administrative and industrial facilities, housing renovation, child care centers, lodges, recreation/fitness centers, retail complexes, warehouses, housing offices, community centers, commercial and institutional buildings, manufacturing and industrial buildings and other similar facilities. The procurement consists of one solicitation with the intent to award approximately eight (approximately 4 large business & 4 small business) 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 technical factors considered. CONTRACT DESCRIPTION: This procurement will result in the award of a Firm-Fixed Price (FFP) Multiple Award 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/her properly authorized representative, who will issue written task orders to the contractor(s). Award of task orders will be on a FFP basis. After award of the initial contracts, each awardee shall be provided a fair opportunity to be considered for each task order, except under those circumstances described in the contract. The basic contract period will be for 36 months. Each contract contains one 60-month option for a total maximum duration of 96 months or an aggregate value of $1 billion for all contracts awarded, whichever occurs first. The task order range for this contract is between $10,000,000 and $100,000,000. The government guarantees an award amount of $5,000 to each contract awarded as a result of this solicitation over the full term of the contract. The seed project will serve as the basis for price competition to evaluate offers on this MACC. Project P263, a design-bid-build construction of the Aircraft Fleet Readiness Squadron Training Facility is planned as the seed project. One or more of the items under this acquisition is/are subject to the World Trade Organization Government Procurement Agreement and Free Trade Agreements. AWARD INFORMATION: Phase I of the solicitation is in accordance with FAR Part 36.3. The Phase I non-price proposal will address the Offeror's technical approach to team composition and management, experience, past performance, and safety. The Phase I evaluation will result in a determination of the most highly qualified Offerors. Approximately 12 of the highest rated offerors will be selected to submit Phase II Proposals. However, the SSA may, in his judgment, expand this number if there is no technical basis for distinguishing between lower ranked offerors. Phase II of the solicitation will be comprised of a technical and price proposal, which will be evaluated separately in accordance with FAR Part 15. The Phase II technical proposal will address the Offeror's technical solution to Proposed Task Order (PTO) 0001 and will include the Offeror's price for PTO 0001. AWARD INFORMATION: The solicitation process will consist of Factor 1: Technical Approach, Factor 2: Experience, and Factor 3: Past Performance Factor 4: Safety, Factor 5: Small Business Utilization, Factor 6: Technical Solution, and Price. Phase I shall consist of Factors 1, 2, 3, and 4. Factor 1 (Technical Approach) will be rated as either Acceptable or Unacceptable. If an Offeror is rated Unacceptable for Factor 1, they will not be invited to participate in Phase II. Factors 2 and 4 are of equal importance to each other and when combined are equal to the past performance confidence assessment Factor 3 (Past Performance). Phase II shall consist of Factor 5 (Small Business Utilization), Factor 6 (Technical Solution), and Price. In making the best value award decision in Phase II, Factors 2 through 6 and Price will be considered. The technical factors (2, 4, 5, and 6) are of equal importance to each other and when combined, are of equal importance to the performance confidence assessment (Factor 3, Past Performance). The combined non-price factors are approximately equal to price. The importance of price will increase if the Offerors' non-price proposals are considered essentially equal in terms of overall quality, or if price is so high as to significantly diminish the value of a non- price proposal's superiority to the Government. The Government reserves the right to reject any or all proposals at any time prior to award; to negotiate with any or all proposers; to use tradeoff processes when it may be in the best interest of the Government; to consider award to other than the lowest priced proposer or other than the highest technically rated proposer; and award to the proposer submitting the proposal determined by the Government to be the most advantageous (best value) to the Government. **Proposers should be advised: THE GOVERNMENT FULLY INTENDS TO EVALUATE PROPOSALS AND AWARD THE CONTRACT WITHOUT DISCUSSIONS WITH OFFERORS. Therefore, proposals should be submitted initially on the most favorable terms. AWARD MAY BE MADE TO A FIRM OTHER THAN THAT SUBMITTING THE LOWEST PRICE. ADDITIONAL INFORMATION. THIS SOLICITATION WILL BE OFFERED IN ELECTRONIC FORMAT ONLY. NO HARD COPIES WILL BE PROVIDED. The solicitation will be available on the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module at https://wawf.eb.mil/. Amendments will be posted on the website. This will be the only method of amendment distribution; therefore, it is the OFFERORS' RESPONSIBILITY TO CHECK THE WEBSITE PERIODICALLY FOR ANY AMENDMENTS TO THE SOLICITATION. Prospective offerors MUST register themselves on the website. Training and instructions on how to submit your proposal are available at https://pieetraining.eb.mil/wbt/xhtml/wbt/sol/solicitation/. Offerors must also be registered in the System for Award Management (SAM) system at http://www.sam.gov/ in order to participate in this procurement. Contracting POC: Nancy Coffee, (360) 396-0084, nancy.m.coffee.civ@us.navy.mil Secondary POC: Amanda Bonus, (360) 396-1865, amanda.r.bonus.civ@us.navy.mil *The value for this project is based on a financial range. The value is listed as the highest possible cost from the range provided by a stakeholder or official project document.

Details

Division 01 - General Requirements.
Division 10 - Specialties.
Division 11 - Equipment.

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