SOURCES SOUGHT
Z -- Design and Build Construction Contract
- Notice Date
- 9/10/2025 10:41:05 AM
- Notice Type
- Sources Sought
- Contracting Office
- NSWC DAHLGREN DAHLGREN VA 22448-5154 USA
- ZIP Code
- 22448-5154
- Solicitation Number
- N00178-25-Q-4227
- Response Due
- 9/12/2025 12:00:00 PM
- Archive Date
- 12/12/2025
- Point of Contact
- D. Scott Haas, Phone: 5407428780, Chelsea Walker, Phone: 5406340600
- E-Mail Address
-
Darrell.s.haas@navy.mil, chelsea.r.walker10.civ@us.navy.mil
(Darrell.s.haas@navy.mil, chelsea.r.walker10.civ@us.navy.mil)
- Small Business Set-Aside
- 8AN 8(a) Sole Source
- Description
- Sources Sought Naval Surface Warfare Center Dahlgren Division (NSWCDD) Design Build Indefinite Delivery Indefinite Quantity (IDIQ) Contract This SOURCES SOUGHT is amended 9/10/25 to upload industry Q&A as an attachment. No other changes are made, all other information remains the same including the September 12, 2025 response date. This SOURCES SOUGHT is amended to correct the due date in paragraph (5) to September 12, 2025 and in paragraph Questions and Comments to September 3, 2025, as well as attach an updated Sources Sought Final document. No other changes are made, all other information remains the same. This is a SOURCES SOUGHT notice; a market survey, for information only, to be used for preliminary planning purposes. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS NOTICE. No reimbursement will be made for any costs associated with providing information or industry response to this notice or any follow up information requests. Not responding to this notice does not preclude participation in any future procurement. If a solicitation is released, it will be synopsized in the Government-Wide Point of Entry (GPE). It is the responsibility of potential offerors to monitor the GPE for additional information pertaining to this requirement. Responses to the sources sought will be utilized with other market research methods to establish the planned acquisition strategy. The planned acquisition strategy will be posted as a change to this synopsis, as required by regulation. The purpose of this notice is to gain knowledge of interest, capabilities and qualifications of the 8(a) industry. All 8(a) within the VA, MD, and DC areas are highly encouraged to respond to this sources sought. Scope: The Naval Surface Warfare Center Dahlgren Division (NSWCDD) provides comprehensive and dedicated support to the Navy of research, development, test and evaluation, analysis, systems engineering, integration and certification of complex naval warfare systems and fleet support. This contract is for facilities support and construction projects supporting the design and construction of new facilities, in addition to supporting existing facility maintenance, for the Naval Surface Warfare Center Dahlgren Division (NSWCDD). The requirement is for a Single Source Design and Construction Indefinite Delivery/Indefinite Quantity (IDIQ) for multi-trade maintenance, repair, alteration, and minor new construction at predetermined unit prices with price coefficients. The work under this contract shall be determined by individual FFP Task Orders predicated on a performance-based scope of work. The typical project is expected to be in the $5,000 to $5,000,000 range (smaller and larger projects may also be considered). The Contractor shall provide all project management, planning, design, estimating, labor, transportation, materials, equipment, tools, supervision, permitting (when applicable), liaising with the Virginia Department of Environmental Quality (VDEQ) (when applicable) and all other associated costs necessary to fulfill the requirements of each Task Order. Preparation of Contractor proposals and Task Order performance shall require management and coordination of numerous projects simultaneously. All costs associated with preparing proposals shall be the responsibility of the Contractor. Operation and execution are primarily focused in maintenance, repair, alteration, and \ new construction in accordance with Category I, II, III and Category IV of the Naval Facilities Engineering Command (NAVFAC) Engineering & Construction Bulletin Issue No.2006-04. All such support shall be accomplished in strict accordance with all applicable Navy and local instructions, processes, and procedures. The Contractor shall provide all labor, supervision, materials, and equipment not otherwise specified as government provided, necessary to provide for facility systems operations, building and facilities logistical service support at the facilities identified herein. Contract Type & Period of Performance: The Government contemplates awarding a Firm Fixed Price (FFP) contract. The resultant order will have a Base Period of twelve months and four Option Periods each consisting of twelve months each, a total of sixty (60) months, if all options are exercised. Set-Aside: A determination has been made to set-aside this procurement for an 8(a) Small Business Direct Award set-aside in SAM.gov. Request for Capability Statements: Interested 8(a) Small Businesses are invited to submit capability statements. Capability statements shall not exceed 20 pages: (1) A description of the Offeror's capabilities relating specifically to the attached draft SOW, specifically addressing relevant experience and understanding of the work for which this acquisition will support. (2) The specific qualifications, capabilities, certification documents and experience of the Contractor's personnel available to support this effort for the number of Full Time Equivalents (FTEs) required, including the personnel's security clearance level and certifications. (3) A description of the Offeror's ability to meet each of the mandatory requirements. (4) A statement conveying compliance with FAR 52.219-14, Limitations on Subcontracting (FEB 2023) (DEVIATION 2021-O0008). (5) Subject Line should read: Sources Sought NSWCDD Sources Sought IDIQ. Capability Statements shall be provided by email to Darrell.s.haas.civ@us.navy.mil and Sheila.h.Ballard.civ@us.navy.mil no later than 1700 EST on 12 September 2025. Capability Statements received after that time may not be considered for purposes of the subsequent Request for Proposal. Electronic responses must be in Microsoft Word or Adobe Acrobat formats and the font size shall not be smaller than 10 point. The update is not a request for updated/new Capability Statements, the original submission date is the only submission. Source Selection Procedures: Best Value Trade-off source selection procedures will be employed. Mandatory Requirements: Offerors must meet all mandatory requirements at the time of proposal submission, unless otherwise noted. In addition, all mandatory requirements must be maintained through the life of the task order. The mandatory requirements are as follows: Mandatory items that should be included for all TO�s: 1. Personnel clearance in order to access the base. Not every building where work is expected to be performed will require a clearance, however, proposed personnel working on base should also be able to obtain a clearance for facilities that do require it. 2. On all design and construction solutions proposed by the contractor, the contractor shall be in compliance with all applicable Unified Facilities Criteria (UFC�s), Building/Life Safety Codes, Architecture Barriers Act (ABA) / Americans with Disabilities Act Accessibility Guidelines (ADAAG) and the EM 385-1-1 Safety and Health Requirements Manual. Milestones: It is anticipated that this requirement will be awarded by 8(a) direct award on or before 26 January 2026. Attachments: A draft copy of the PWS and qualifications are attached to this Sources Sought. Questions and Comments: Questions and comments are to be submitted to Darrell.s.haas.civ@us.navy.mil and Sheila.h.Ballard.civ@us.navy.mil prior to this sources sought notice closing date of 3 September 2025 at 1700 EST. All questions and comments will be considered in the development of the solicitation. Questions are encouraged as they may assist the Government in clarifying the requirement. Note: THIS SOURCES SOUGHT IS NOT A REQUEST FOR PROPOSAL. The provided information is for planning purposes and does not constitute a commitment, implied or otherwise, that a procurement action will be issued nor will the Government pay for the information solicited. Any information or data received in response to the Sources Sought marked or designated as corporate proprietary information will be fully protected and held in strict confidence.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/b3ebadb87275454fb0fc866caec1f54d/view)
- Place of Performance
- Address: Dahlgren, VA 22448, USA
- Zip Code: 22448
- Country: USA
- Zip Code: 22448
- Record
- SN07586452-F 20250912/250910230054 (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 |