Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 02, 2025 SAM #8619
SOLICITATION NOTICE

Y -- DB/DBB IDIQ MACC for General Construction Service for the PWD Pennsylvania AOR

Notice Date
6/30/2025 12:01:43 PM
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
NAVFACSYSCOM MID-ATLANTIC NORFOLK VA 23511-0395 USA
 
ZIP Code
23511-0395
 
Solicitation Number
N4008525R2684
 
Response Due
7/16/2025 9:00:00 AM
 
Archive Date
07/31/2025
 
Point of Contact
Brittany Cristelli, Phone: 7573411978
 
E-Mail Address
brittany.cristelli@navy.mil
(brittany.cristelli@navy.mil)
 
Small Business Set-Aside
8A 8(a) Set-Aside (FAR 19.8)
 
Description
This notice does NOT constitute a request for proposal, request for quote, or invitation for bid. The intent of this notice is to identify potential offerors for a proposed contract action for an 8(a) set-aside Design-Build/Design-Bid-Build Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC) for General Construction Services for Projects primarily at Public Works Department (PWD) Pennsylvania. Procurement Method: Contracting by Negotiation This solicitation has been approved by the NAVFAC Office of Small Business Programs as an 8(a) set-aside. The appropriate Northern American Industry Classification System (NAICS) code for this procurement is 236220 � Commercial and Institutional Building Construction and the Small Business Size Standard is $45,000,000. This will be a source selection procurement requiring both non-price (technical and past performance) and price proposals, and will utilize the best value tradeoff continuum at FAR 15.101-1. The basis for evaluation and evaluation factors for award will be included in the solicitation. PROJECT DESCRIPTION: Construction projects to be performed under this MACC will require the ability to manage multiple task orders concurrently across the PWD Pennsylvania AOR. The general construction work includes, but is not limited to, the following elements: new construction, demolition, repair, alteration, and renovation of buildings, systems and infrastructure and may include architectural, civil, structural, mechanical, electrical, fire protection, and communication systems. Types of facilities include administrative, industrial, maintenance, warehouses, communications, personnel support, recreation, lodging, dormitory, medical, roads, etc. Lead or asbestos abatement may be required. Work in explosive facilities may be required. The selected contractor(s) will be responsible for all labor, supervision, engineering, design, materials, equipment, tools, parts, supplies, and transportation to perform all of the services described in the drawings and specifications provided for each individual project. Work may be required in other areas in the area of responsibility of NAVFAC Mid-Atlantic if deemed necessary. The Government intends to award approximately five (5) contracts resulting from this solicitation to the responsible Offerors whose proposals represent the best value after evaluation in accordance with the factors in the solicitation. This solicitation will result in a competitively negotiated firm fixed-price IDIQ MACC. The aggregate value of all contracts awarded from any resultant solicitation is anticipated to be $249,000,000 over the base year and four option periods combined, not to exceed 60 months. Projects awarded on this MACC will have an estimated construction cost of approximately $500,000 to $5,000,000. The Government guarantees an award amount of $5,000 to each successful Offeror over the full term of the contract, including option years. However, task orders under or over these amounts may be considered if deemed to be in the Government�s best interest and approved by the Contracting Officer. The contract term will be a base period of one year plus four option years. Only the base period of the contract will offer a minimum guarantee. If the Government does not award a follow-on contract in time, the Government may require the Contractor to continue performance for an additional period up to six months under the Option to Extend Services clause. The initial project �seed project� for this solicitation is RM24-1995, Site Fire Suppression Improvements located at Naval Support Activity (NSA) Mechanicsburg, Pennsylvania. The seed project includes the design and replacement of the existing fire pumps in Buildings 2 and 18B to a new primary electric pump with a variable-frequency drive (VFD) and a backup diesel pump in each building; and to design a new primary electric pump with a VFD and a backup diesel pump in Building 504C. The scope of services also includes adding 127 pressure reducing valves on the domestic water connections to ensure the domestic water is not over pressurized with the new fire pumps. In addition, the scope includes installing a new transformer for Building 504C to supply power for the new electric fire pump and upgrade the fire alarm systems in Buildings 2, 18B, and 504C. Because of the age of the existing underground piping, the new fire pumps were designed smaller than the existing fire pumps to limit the pressure on the underground as much as possible to not cause additional issues but still meet the required fire flow and sprinkler demands. In accordance with FAR 36.204, the magnitude of construction for the seed project is between $1,000,000 and $5,000,000. The Request for Proposal (RFP) will be issued on or about 16 July 2025. All documents will be in Adobe PDF file format and downloadable from the PIEE and Sam.gov website. The official address to the solicitation is https://piee.eb.mil and https://www.sam.gov under �contract opportunities� when it becomes available. Contractors are encouraged to register for the solicitation when downloading from the website. Only registered contractors will be notified by email when amendments to the solicitation are issued. A free Acrobat Reader, required to view the PDF files, can be downloaded from the Adobe website. IMPORTANT NOTICE: All prospective contractors must be registered in the System for Award Management (SAM). You must have an active registration in SAM to do business with the Federal Government. For additional information, go to www.sam.gov. Questions regarding this notice should be directed to Brittany Cristelli at Brittany.n.cristelli.civ@us.navy.mil.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/e849aa9a12fa4639835f5689c4b9f1b0/view)
 
Place of Performance
Address: PA, USA
Country: USA
 
Record
SN07493528-F 20250702/250630230044 (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.