IDIQ JOC FOR GENERAL CONSTRUCTION PROJECTS AT GOVERNMENT INSTALLATIONS WITHIN NAVAL FACILITIES ENGINEERING SYSTEMS COMMAND SOUTHWEST THE METROPOLITAN SAN DIEGO (NAVAL BASES SAN DIEGO, POINT LOMA, CORONADO AND MARINE CORPS AIR STATION (MCAS) MIRAMAR, CALIF
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 / NAVFACSYSCOM SOUTHWEST is presoliciting for an Indefinite Delivery Indefinite Quantity (IDIQ) Job Order Contract (JOC) for general construction projects at various government installations within the Metropolitan San Diego area, including Naval Bases San Diego, Point Loma, Coronado, and Marine Corps Air Station (MCAS) Miramar, California. This opportunity is a 100% Total Women-Owned Small Business (WOSB) set-aside. The Request for Proposal (RFP) is expected to be posted on or around May 5, 2025.
Scope of Work
This IDIQ JOC will cover general construction projects, primarily design-bid-build or those with minimal design effort. Projects may include, but are not limited to, alterations, repairs, and construction of commercial and institutional building construction projects. The work involves providing construction, supervision, equipment, material, and labor for facilities within the NAVFAC SW Area of Responsibility (AOR).
Contract & Timeline
- Type: Indefinite Delivery Indefinite Quantity (IDIQ) Job Order Contract (JOC)
- Duration: 24-month base period with two 36-month options, totaling a maximum of 8 years.
- Estimated Maximum Value: $99,000,000 (for the single awarded contract).
- Task Order Range: $2,000 to $1,000,000 (contractors are not obligated to accept task orders outside this range).
- Minimum Guarantee: $5,000 per awardee.
- Set-Aside: 100% Total Women-Owned Small Business (WOSB)
- NAICS: 236220 (Institutional Commercial Building Construction) with a $45 million small business size standard.
- RFP Posting: On or around May 5, 2025, on PIEE.eb.mil and sam.gov.
- Published: April 18, 2025 (Presolicitation).
Evaluation
Award will be based on a Best Value Tradeoff Source Selection process, with the intent to award one contract. Proposals will be evaluated on:
- Factor 1: Ability to Manage Multiple Simultaneous Projects
- Factor 2: Experience
- Factor 3: Past Performance
- Factor 4: Safety
- Factor 5: Price (based on Proposed Task Order 0001) The Government intends to award without discussions.
Additional Notes
No site visit or pre-proposal conference is planned. Offerors must be registered in SAM.gov; new Joint Ventures should start registration early due to potential delays. It is the contractor's responsibility to check PIEE.eb.mil and sam.gov daily for any amendments to the solicitation.