Indefinite Delivery/Indefinite Quantity (IDIQ) Design-Build/Design-Bid-Build (DB/DBB) Multiple Award Construction Contract (MACC) for U.S. Navy Support Facility, Diego Garcia, British Indian Ocean Territory (B.I.O.T.)
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
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »
Indefinite Delivery Indefinite Quantity (IDIQ), Design Build (DB)/Design-Bid-Build (DBB), Multiple Award Construction Contract (MACC) for U.S. Navy Support Facility (NSF), Diego Garcia, British Indian Ocean Territory (B.I.O.T)
THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL, REQUEST FOR QUOTE, OR INVITATION FOR BID. The intent of this notice is to identify qualified and interested offerors for infor... THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL, REQUEST FOR QUOTE, OR INVITATION FOR BID. The intent of this notice is to identify qualified and interested offerors for information and planning purposes. The information received will be utilized within the Navy to facilitate the decision making process and will not be disclosed outside of the agency. No reimbursement will be made for any costs associated with providing information in response to this announcement or any follow-up information requests. In accordance with Federal Acquisition Regulation (FAR) 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Naval Facilities Engineering Command, Far East (NAVFAC FE) Core Execution Team (CET) is seeking potential sources for an Indefinite Delivery/Indefinite Quantity (IDIQ), Design Build (DB)/Design-Bid-Build (DBB), Multiple Award Construction Contract (MACC) for construction projects at various locations on U.S Navy Support Facility (NSF) Diego Garcia, British Indian Ocean Territory (B.I.O.T). Construction projects to be performed will primarily consist of general building type projects, including repair work, renovation, alteration, construction, demolition, and any necessary design, to shore facilities. The scope of work may include, but is not limited to, 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 may be provided full-blown plans and specifications, sketches, no design, or may be required to do design-build. Depending on the work to be accomplished, additional prescriptive Unified Facilities Guide of Specifications (UFGS) will be required. The resulting contract, if any, is anticipated to have an eight-year ordering period (5 year base plus 3 year option) with an aggregate value of up to $5,000,000,000 ($5 billion) for all contracts, whichever comes first. MACC contractors will compete for task orders which typically range between $150,000 to $50,000,000; however, task orders below or above these amounts may be considered if deemed to be in the Government’s best interest. Task orders may require both design and construction services. 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 amount will be guaranteed for each awardee. Contractors are not guaranteed work in excess of the minimum about that will be established. The North American Industry Classification System (NAICS) code for this procurement is 236220, Commercial and Institutional Building Construction, with an annual size standard of $39.5M. Located in the central Indian Ocean, Diego Garcia is an atoll in the Chagos Archipelago and is an island of the British Indian Ocean Territory, an overseas territory of the United Kingdom. The draft Plans and Specifications (P&S) will be released as part of the Government’s effort to improve contractor understanding of Government requirements and possibly increase efficiency in proposal preparation. Any comments received in regards to this requirement may be taken into consideration in the development of a final RFP (if any). The Government will not provide responses to comments received. Issuance of this draft P&S shall not be construed as a Request for Proposal (RFP) or as an obligation on the part of the Government. The Government does not intend to award a contract on the basis of this draft P&S or otherwise pay for review comments. All information provided will be held in a confidential manner. Comments shall be provided with complete information, as the Government does not intend to see clarification. The RFP, if any, would likely contain the following provision and clause: DFARS 252.204-7019 (Notice of NIST SP 800-171 DoD Assessment Requirements) and DFARS 252.204-7020 (NIST SP 800-171 DoD Assessment Requirements). In accordance with DFARS 252.204-7019, NIST SP 800-171, in order to be considered for an award, the Offeror shall have a current assessment (i.e., not more than 3 years old unless a lesser time is specified in the solicitation) (see DFARS 252.204-7020) for each covered contractor information system that is relevant to the offer, contract, task order, or delivery order. The Basic, Medium, and High NIST SP 800-171 DoD Assessment are described in the NIST SP 800-171 DoD Assessment. Please be advised that prior to award of a contract, contractors are required to implement NIST SP 800-171, in accordance with DFARS 252.204-7012, and are required at time of award to have at least a Basic NIST SP 800-171 DoD Assessment that is current. The Contracting Officer will verify that summary level scores of a current NIST SP 800-171 DoD Assessment (i.e., not more than 3 years old unless a lesser time is specified in the solicitation) are posted in the SPRS (See DFARS 252.204-7019), prior to award. Please note the assessment must be for the “offeror”. If your firm is a JV or LLC, the assessment must be completed for the JV or LLC. SPECIAL REQUIREMENT: Interested parties are advised that under a bilateral international agreement between the government of the Unites States of America (U.S.) and the government of the United Kingdom of Great Britain and Northern Ireland (U.K.), construction contracts for U.S. military installations on Diego Garcia shall be awarded to joint-ventures exclusively between U.S and U.K. firms unless no qualified joint-venture submits a reasonable offer for such contracts, in which case they shall be opened to U.S. firms. In addition, the following conditions shall apply to such contracts involving any U.S.-U.K. joint-venture: (a) Management control shall be vested in the U.S. partner or partners, (b) In no event shall U.S. partner participation be less than 60%, or U.K. participation below 20%, U.S. firms that are not part of an eligible joint venture 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 joint venture. SUBMISSION REQUIREMENTS: Interested firms should submit a brief capabilities statement package (no more than 12 single-sided pages or 6 double-sided pages, including attachments, single spaced, 12 point font minimum) demonstrating ability to perform the requested services. The capabilities package must be complete and sufficiently detailed to allow the Government to determine the firm’s qualifications to perform the defined work. Interested firms may submit information using Enclosure (1), Sources Sought Contractor Information Form, to demonstrate capabilities, capacity and experience. Interested sources do not need to meet Joint-Venture requirements at this point since this Sources Sought Notice is solely for market research purposes and not a Request for Proposals (RFP). Respondents will not be notified of the results of the Navy’s market research. NAVFAC FE will utilize the information for acquisition planning purposes. All data received in response to this Sources Sought Notice marked or designated, as corporate or proprietary information will be fully protected from release outside the Government. Please respond to this Sources Sought announcement electronically to Mr. Ariel Bautista at ariel.a.bautista.civ@us.navy.mil and Mr. Ross Yamato at ross.w.yamato.civ@us.navy.mil no later than 14:30 PM Japan Standard Time (JST) on Thursday, 2 November 2023. NO TELEPHONE CALLS OR FACSIMILES WILL BE ACCEPTED. Responses received after the deadline or without the required information will not be considered. Since this is a Sources Sought announcement only, evaluation letters will not be issued to any respondent.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »