Inactive
Notice ID:N4008424R0083
The Naval Facilities Engineering Systems Command, Far East (NAVFAC FE) is issuing this pre-solicitation notice in accordance with FAR 36.213-2. This notice does NOT constitute a Request for Proposal o...
The Naval Facilities Engineering Systems Command, Far East (NAVFAC FE) is issuing this pre-solicitation notice in accordance with FAR 36.213-2. This notice does NOT constitute a Request for Proposal or a commitment on the part of the Government to award a contract or to pay for any costs incurred as a result in replying to this notice. This notice shall not be construed as a commitment by the Government for any purpose. Interested Offerors can view and/or download the solicitation from the Government-wide point of entry (GPE), currently the Solicitation Module in the Procurement Integrated Enterprise Environment (PIEE) website (https://piee.eb.mil/sol/xhtml/unauth/index.xhtml) and/or Contract Opportunities in the System for Award Management (SAM) website (https://sam.gov) when it becomes available on or about 22 August 2024. DESCRIPTION OF PROPOSED WORK This procurement is for an Indefinite Delivery/Indefinite Quantity (IDIQ) Design-Build/Design-Bid-Build (DB/DBB) Multiple Award Construction Contract (MACC) for United States (U.S.) Navy Support Facility, Diego Garcia, British Indian Ocean Territory. The resulting MACC will be used to issue task orders for the design and construction of new construction, renovation/modernization, and routine repair/maintenance projects at U.S. Navy Support Facility, Diego Garcia, British Indian Ocean Territory (B.I.O.T.). Construction projects to be performed under this MACC will primarily consist of general building type projects and may be either DBB or DB. The proposed scope of work will be specified in each task order and may include, office renovation, building demolition, built-in equipment repair/replacement, piping repair/replacement, pipe lagging, electrical work, mechanical work, road pavement, fencing, roofing, painting, site work, removal and disposal of lead-based paint and asbestos containing material, welding, and masonry. The Contractor shall furnish all labor, management, supervision, tools, materials, equipment, incidental engineering, and transportation, except otherwise specified in each task order, necessary to perform the various repairs, alteration, construction, and demolition work to shore facilities in accordance with the contract specification. The solicitation will utilize two-phase design-build selection procedures which require Offerors to submit past performance and experience information in Phase One and a technical and price proposal in Phase Two for evaluation by the Government. All interested vendors may submit Phase One proposals. The Government will evaluate Phase One Proposals and select the most highly qualified Offerors to submit Phase Two proposals. A maximum number of eight (8) Offerors will be considered for Phase Two. Phase Two proposals shall be submitted only if requested by the Government. The North American Industry Classification System (NAICS) code for this procurement is 236220 (Commercial and Institutional Building Construction), and the annual size standard is $45 million. This requirement will result in the award of approximately five (5) Firm-Fixed-Price (FFP) IDIQ contracts. The Government will give fair consideration to all MACC awardees in placing orders based on criteria in the solicitation. The contract term will be a five-year base period plus one three-year option period, for a maximum duration of eight (8) years (96 months). The maximum aggregate dollar value for all awarded contracts and all years is $1.5 billion. The anticipated task orders will be FFP in nature ranging from $150,000 to $50,000,000. However, task orders under or over these amounts may be considered if determined to be in the Government’s best interest and approved by the Contracting Officer. Task orders for the minimum guarantee of $100,000 each will be issued concurrently with the award of the IDIQ MACC. Only the base period of the contract will offer a minimum guarantee. There will be one (1) design-build seed project included in this solicitation, which will be released in Phase Two of the solicitation. Title: Repairs to Food Service Storage, B-702, U.S. Navy Support Facility, Diego Garcia, B.I.O.T. The seed project was selected from existing requirements to best represent the nature of potential work under this contract. Pricing of the seed project will be used to evaluate the reasonableness of proposed pricing in order to make best value determinations. Per FAR 36.204, the magnitude of the seed project is between $5,000,000 and $10,000,000. Award will be made to the responsible Offerors whose offers conform to the solicitation and represent the best value to the Government, price and non-price factors considered. TENTATIVE DATES FOR THIS ACQUISITION Request for Proposal (RFP) Issuance: 22 August 2024 Proposal Due Date: 23 September 2024 Contract Completion: Eight (8) years after MACC contract award These dates are subject to change and no updates will be made to this pre-solicitation notice. PLANS AND SPECIFICATIONS The solicitation including the plans and specifications will be posted on the Government-wide Point of Entry (GPE), currently DoD Solicitation Module in the PIEE website and/or Contract Opportunities in the SAM website. When posted, all solicitation documents may be downloaded from the website(s) free of charge. Unless otherwise indicated in the solicitation, this is an Internet-only solicitation. Hard copies of the solicitation will not be provided. It is the Offeror’s responsibility to check the website(s) daily for any amendments to the solicitation. JOINT VENTURE REQUIREMENT All work under this MACC will be performed at U.S. Navy Support Facility, Diego Garcia, British Indian Ocean Territory. Accordingly, international agreements between the U.S. and the United Kingdom (U.K.) concerning U.S. operations on the island of Diego Garcia require that any contract awarded for the construction service requirements included in this solicitation must be awarded to an Offeror that is a Joint Venture (JV) exclusively consisting of U.S. and U.K. firms unless no qualified U.S./U.K. Joint Venture submits a reasonable offer. For any such JVs, participation by the U.S. member must be no less than 60% of the venture, participation of the U.K. member must be no less than 20%, and management control of the entire venture must be vested in the U.S. member. U.S. firms that are not part of an eligible JV will be permitted to submit a proposal but will only be eligible to be considered for award if no reasonable offer is received from any qualified JV. In addition, there are workforce composition and labor requirements. Composition of Contractor workforce shall be consistent with the current agreement between the U.S. and the U.K. The workforce shall be hired from U.S., U.K., or Third Country National (TCN) sources in accordance with the agreement. Before subcontractors or workers from a third country are introduced, the appropriate administrative authorities of the two Governments (U.S. and U.K.) shall be consulted. SYSTEM FOR AWARD MANAGEMENT (SAM) REGISTRATION All Offerors responding to this solicitation (whether individually, as a joint venture, etc.) must be registered in the SAM database at https://sam.gov prior to the closing date for receipt of proposals to be eligible for award and must have active Representations and Certifications in SAM. Interested Offerors are encouraged to register as soon as possible. An Offeror is required to be registered in SAM when submitting its proposal and shall continue to be registered at all relevant times, i.e., time of award, during contract performance, and through final payment of the contract resulting from the solicitation. Offerors with no active registration in SAM or an Offeror whose SAM online Representations and Certifications are not current will not be eligible for award. PROCUREMENT INTEGRATED ENTERPRISE ENVIRONMENT (PIEE) REGISTRATION This solicitation will require electronic submittal of proposals through the Solicitation Module in PIEE or via other methods, if specified by the Government. In order to submit a proposal through the PIEE Solicitation Module, Offerors must have an active Proposal Manager role in PIEE at https://piee.eb.mil. Interested Offerors are encouraged to register for the required role as soon as possible. Information and training on the PIEE Solicitation Module are available at: https://dodprocurementtoolbox.com/site-pages/solicitation-module Additional Web-Based Training is available at: https://pieetraining.eb.mil/wbt/xhtml/wbt/sol/index.xhtml https://pieetraining.eb.mil/wbt/sol/Posting_Offer.pdf