C--Firm-Fixed-Price (FFP) Design-Build/Design-Bid-Build (DB/DBB) Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC), MCB CamLej, MCAS Cherry Point and MCAS New River
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of the Navy (NAVFAC Mid-Atlantic) is planning an Unrestricted, Firm-Fixed-Price (FFP) Design-Build/Design-Bid-Build (DB/DBB) Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC). This MACC will support construction projects primarily at Marine Corps Base Camp Lejeune, Marine Corps Air Station Cherry Point, and Marine Corps Air Station New River, addressing both the FY2019-FY2021 Military Construction (MILCON) program and extensive damage from Hurricane Florence. The Request for Proposal (RFP) is anticipated on or about May 13, 2019.
Scope of Work
The MACC will cover a wide range of DB and DBB construction projects, including new construction, demolition, repair, alteration, and renovation of buildings, systems, and infrastructure. Facilities may include administrative, industrial, maintenance, warehouses, communications, personnel support, recreation, lodging, medical, training, ranges, and roads. Projects may require lead or asbestos abatement and work in explosive facilities. Work may also extend to other areas within NAVFAC Mid-Atlantic's AOR if approved.
Contract & Timeline
- Type: Firm-Fixed-Price (FFP) IDIQ MACC
- Duration: One base year plus four one-year option periods (total five years).
- Value: Total estimated construction cost not to exceed $975,000,000 over five years for all contracts. Individual projects are estimated between $15,000,000 and $50,000,000, with a minimum guarantee of $5,000 per contract.
- Set-Aside: Unrestricted, Full and Open Competition.
- RFP Issue: On or about May 13, 2019.
- Published: April 24, 2019.
Evaluation
This is a one-phase source selection procurement requiring both non-price (technical and past performance) and price proposals. It will utilize a Best Value Tradeoff Process (FAR 15.101-1). The Government intends to award no more than five contracts, though more may be awarded if deemed appropriate by the Source Selection Authority. Large business concerns must submit a subcontracting plan prior to award.
Additional Notes
- Seed Project: Project Q1394, Design-Bid-Build, Special Operations Forces Motor Transport Maintenance Expansion, Camp Lejeune (estimated cost $15,000,000 - $25,000,000).
- NAICS Code: 236220 ($36.5M).
- Bid Guarantee: Required, equal to at least 20% of the largest amount for which award can be made, not to exceed $3,000,000.
- Registration: All prospective offerors must be registered and active in the System for Award Management (SAM) at www.sam.gov.
- Contact: Holly Snow, holly.snow@navy.mil, 757-341-1046.