Similar Projects
Pole Banner Replacement Virginia Peninsula Community College
Term Contract
Sub-Bidding
Hampton, VA 23669

Lighting Services
Term Contract
Sub-Bidding
Hampton, VA 23666

Grounds Maintenance, Landscaping And Snow Removal Services
Term Contract
Post-Bid

Annihilare Disinfecting Units, Satellites, Installation and Training for Tidewater Community College
Term Contract
Post-Bid

Provision of Facilities Materials and Supplies
Term Contract
Sub-Bidding
Hampton, VA 23669

Civil and Paving Multiple Award Construction Contract
Term Contract
Post-Bid
$500,000 CJ est. value
Jacksonville, NC 28547

On-Call Bridge Repairs
Term Contract
Sub-Bidding
$4,198,000 CJ est. value
Hampton, VA 23669

Pressure Washing - Tidewater Community College
Term Contract
Post-Bid

Portable Toilets For - Fox Hill Boat Landing
Term Contract
Post-Bid
Hampton, VA 23664

Water Activated Cold Patch Statewide
Term Contract
Post-Bid
$92,000 CJ est. value
Charlottesville, VA 22902

Grounds Maintenance
Term Contract
Post-Bid
Chesapeake, VA 23320

Moving and Hauling Services Statewide
Term Contract
Post-Bid
Montpelier, VT 05602

Landscape Maintenance Services - Hampton Roads District
Term Contract
Post-Bid
Hampton, VA 23669

Snow and Ice Removal - IMO Peninsula - Pine Chapel
Term Contract
Post-Bid
Hampton, VA 23669

CCA Treated Lumber
Term Contract
Post-Bid
Hampton, VA 23669

Last Updated 01/11/2023 02:07 PM
Project Title

Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC) for Utility Mechanical Construction Services in the Hampton Roads, Virginia area

Physical Address View project details and contacts
City, State (County) Hampton, VA 23669   (Hampton City County)
Category(s) Single Trades
Sub-Category(s) Service/Term Contracts
Contracting Method Competitive Bids
Project Status Sub-Bidding, Construction start expected February 2023
Bids Due View project details and contacts
Estimated Value $95,000,000 [brand] Estimate
Plans Available from Agency's Affiliate
Owner View project details and contacts
Architect View project details and contacts
Description

This notice does NOT constitute a request for proposal, request for quote, or invitation for bid. The intent of this pre-solicitation synopsis is to notify potential offerors of Design-Build/Design-Bid-Build, Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC) for Utility Mechanical Construction Services in the Hampton Roads, Virginia area of responsibility. This project will require the ability to manage multiple task orders concurrently across the Hampton Roads AOR. The work includes, but is not limited to, a diverse range of utility construction services including demolition, repair, replacement, modification, and new installation of various systems to include but not limited to steam, natural gas, storm water, sanitary sewer, domestic water, saltwater, oily waste/waste oil, hot or chilled water supply, compressed air, fuel oil, and with incidental work such as general construction and specialty trades; and removal of asbestos or lead contaminated materials. Work to take place but not limited to various outside of facilities and buildings, inside of facilities and buildings where connected to the building systems, under facilities and buildings, underground, above ground, above piers, on piers, under piers, inside double deck piers, in trenches, in tunnels. It is anticipated that up to five (5) contracts will be awarded as a result of this potential solicitation. The duration of the contract(s) will be for one (1) year from the date of contract award with four (4) one-year option periods. The total five-year (base and four one-year options) estimated construction cost for all contracts will not exceed $95,000,000 for the life of the contract. Projects awarded on this MACC will have an estimated construction cost of approximately $250,000 to $5,000,000; however, smaller and larger dollar value projects may be considered. Projects shall be in conformance with all applicable referenced criteria per the design/construction standards, laws and regulations, including applicable building, fire life-safety codes, and environmental regulations as outlined at: http://www.wbdg.org/ffc/dod/unified-facilities-criteria-ufc The procurement method utilized is the Federal Acquisition Regulation (FAR) Part 15, "Contracting by Negotiation." This solicitation will be advertised as "Small Business" set-aside. This is a source selection procurement requiring both non-price (technical and past performance) and price proposals, and will utilize the best value continuum process at FAR 15.101-1, Tradeoff. The basis for evaluation and evaluation factors for award will be included in the solicitation. The appropriate North American Industry Classification System (NAICS) Code for this project is 237110 - Water and Sewer Line Related Structures Construction, and the Small Business Size Standard is $39,500,000. Offerors will be required to submit with their offer a bid bond of at least 20% of the proposed price but shall not exceed $3,000,000 of the amount for Construction Wage Rate Requirement (CWRR) (formerly known as Davis Bacon Act (DBA)) work. A Dynamic Small Business Search (DSBS) was conducted on 1 Feb 2021, seeking eligible Small Businesses, HUBZone Small Business, Small Disadvantaged Businesses, Service-Disabled Veteran-Owned Small Businesses, and Women-Owned Small Businesses. The Government invited prospective offerors with the capabilities of performing construction services that meet or exceed the stated requirement to submit a capabilities statement. Respondents were required to submit relevant experience in performing efforts of similar size, scope and complexity within the last five (5) years. Successful award and completion of the requirements can be achieved by soliciting the contract as a set-aside for small businesses. On 17 March 2021, the NAVFAC MIDLANT Deputy for Small Business approved a DD2579 Small Business Coordination Record recommending small business set-aside procurement. The Request for Proposal (RFP) will be issued by NAVFAC Mid-Atlantic CON22 on or about 4 June 2022. The solicitation number will be N40085-22-R-2661 on the Sam.Gov website at https://www.sam.gov/ as well as the PIEE solicitation Module. Ensure that you register with both sites so you will receive emails applicable to this solicitation in the event of any amendments and/or any changes regarding this solicitation and/or solicitation of interest. The Instructions to register for PIEE have been included with this pre-solicitation. Primary POC: Amanda Bricker at Amanda.l.bricker.civ@us.navy.mil. IMPORTANT NOTICE: All prospective offerors 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 https://www.sam.gov/ Question Deadline 06/16/2022 Submit all questions to amanda.l.bricker.civ@us.navy.mil. The method of contractor selection has not been determined at this time.

Details

Division 01 - General Requirements.
Division 10 - Specialties.
Division 11 - Equipment.

Bidder's List View project details and contacts
Prospective Bidders View project details and contacts
Project Documents
 Engineered Spec Sheet
 Architectural Plans
 Other Documents