SOLICITATION NOTICE
Z -- REQUEST FOR INFORMATION (RFI)/SOURCES SOUGHT (SS) � Construction MAC
- Notice Date
- 2/3/2025 7:08:42 AM
- Notice Type
- Presolicitation
- NAICS
- 2362
—
- Contracting Office
- NSWC CRANE CRANE IN 47522-5001 USA
- ZIP Code
- 47522-5001
- Solicitation Number
- N0016425R1013
- Response Due
- 2/17/2025 1:00:00 PM
- Archive Date
- 04/03/2025
- Point of Contact
- Aaron Hohl
- E-Mail Address
-
aaron.m.hohl.civ@us.navy.mil
(aaron.m.hohl.civ@us.navy.mil)
- Description
- N0016425R1013 � SYNOPSIS � FACILITY AND CONSTRUCTION � FSC/PSC Z1HB � NAICS 2362 ISSUE DATE: 3 FEBRUARY 2025 CLOSING DATE: 17 FEBRUARY 2025 RELATED NOTICES: N0016423R1012, N0016422SNB55, N0016424SNC28 COMPETITIVE PROCUREMENT - Naval Surface Warfare Center (NSWC) Crane�s Infrastructure Division requirement for multiple construction projects to be performed at NSWC Crane and the associated Lake Glendora Test Facility (LGTF) sites, which is within NSWC Crane�s area of responsibility. The requirement includes construction management function focuses on facilities Sustainment, Restoration, and Modernization (SRM); engineering construction management; project cost, schedule development and tracking; and construction oversight to include submittals, progress reports, engineering changes, site safety, and beneficial occupancy closeout, punch list adjudication, and warranty support. Construction projects include minor construction projects; facility additions, remodels and/or renovations; energy efficiency upgrades; Heating, Ventilation, and Air Conditioning (HVAC) upgrades; removal and installation of various flooring materials; removal and application of paint within facilities; design-build and design-bid-build construction; and furniture projects. The construction projects may require the Contractor to have access to restricted documentation, building drawings, and performance in restricted access buildings. The Construction Services are inclusive of Structures & Facilities, Conservation & Development Facilities, and Restoration Activates in accordance with DoD-wide Acquisition of Services Taxonomy. The applicable service portfolio group Product and Services Code (PSC) are Maintenance of Government-Owned Government-Operated (GOGO) Research & Development (R&D) Facilities (Z1HB). Other potential PSCs are Maintenance of Other Residential Buildings (Z1FZ), Construction Related Services (Y1xx), and Facility Related Services: Maintenance (Z1xx) and Alteration (Z2xx). The contract type anticipated is Construction Multiple-Award Indefinite-Delivery, Indefinite-Quantity (CONMAC) for a five-year ordering period. The Government anticipates streamline source selection procedures for multiple award IDIQ solicitations based on Technical and Past Performance evaluation only. Individual Task Orders (construction) will be placed under this CONMAC in accordance with FAR 16.505 Ordering procedures. The anticipated construction projects will be Firm-Fixed-Price (FFP) at the Task Order level. The estimated combined value for all MAC IDIQ�s shall not exceed $48.7 million. The MAC IDIQ contract minimum is $500 (firm-fixed-price) for each awardee. The anticipated award date is fourth quarter fiscal year 2025. The Navy intends to solicit this contract on a full and open competition basis IAW FAR 6.1. Delivery is required FOB Destination NSWC Crane. The solicitation will be made available posted on sam.gov via the PIEE Solicitation Module. All changes that occur to competitive actions prior to the closing date will be posted to Contract Opportunities on https:/sam.gov/ via the PIEE Solicitation Module. For within scope changes made after the closing date, only those offerors that provide a proposal will be provided any changes/amendments and considered for future discussions and/or award. Contractors must be properly registered in the System for Award Management (SAM.gov). Offerors may obtain information on SAM.gov registration and annual confirmation requirements by calling 1-866-606-8220 or via the internet at https://sam.gov. Contractors must be properly registered in the System for Award Management (SAM) and the Joint Certification Program (JCP) in order to receive the controlled attachments. Offerors may obtain information on SAM registration and annual confirmation requirements by calling 1-866-606-8220 or via the internet at https://www.sam.gov. Information about the JCP is located at https://public.logisticsinformationservice.dla.mil/PublicHome/jcp/default.aspx. The controlled attachments will be posted at the same time the solicitation is posted. Questions or inquiries should be directed to Mr. Aaron Hohl, Code 0253 at e-mail aaron.m.hohl.civ@us.navy.mil. Please reference the above solicitation number (Solicitation No. N0016425R1013) when responding to this notice.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/7a3478a0d1d4476c9956ed8ed7aceb30/view)
- Record
- SN07330796-F 20250205/250203230046 (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 |