Z--Design-Build and Design-Bid-Build Indefinite-Delivery/Indefinite Quantity Fire Protection Multiple Award Construction Contract for the Naval Facilities Engineering Command Southeast
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 Naval Facilities Engineering Command Southeast (NAVFAC SE) is planning to award a Design-Build (D/B) and Design-Bid-Build (DBB) Firm-Fixed-Price (FFP), Indefinite-Delivery/Indefinite Quantity (IDIQ) Fire Protection (FP) Multiple Award Construction Contract (MACC). This unrestricted opportunity seeks contractors for fire protection construction projects at Department of Defense (DoD) activities within the NAVFAC SE Area of Responsibility (AOR). The total aggregate value for all contracts is $99,000,000 over a five-year ordering period. This is a pre-solicitation notice; the Request for Proposal (RFP) will be issued later.
Scope of Work
Work will primarily involve fire protection installation or repairs (new construction and renovations) with professional engineer design capabilities. This includes, but is not limited to:
- Fire suppression systems (wet, dry, pre-action, wet chemical, deluge)
- Water supplies (fire pumps, tanks, underground water mains)
- Low and high expansion foam systems
- Gaseous agents (carbon dioxide, clean agents)
- Special hazards protection
- Fire alarm systems (detection, reporting, mass notification)
- Life safety system renovations (penetration fire stopping, fire door replacement, fire wall repairs) Projects may be design-build, modified design-build, or full plans and specifications. Work will be performed within the southeastern U.S., including states like South Carolina, Georgia, Florida, Alabama, and potentially Guantanamo Bay Cuba and the Bahamas.
Contract & Timeline
- Contract Type: D/B and DBB FFP IDIQ MACC
- Awards: Approximately five (5) MACCs
- Total Aggregate Value: $99,000,000 maximum over a five-year ordering period
- Task Order Range: Normally $150,000 to $9,000,000
- Set-Aside: Unrestricted (full and open competition)
- NAICS Code: 238210 (Size Standard: $15,000,000)
- Published: May 18, 2018 (Pre-solicitation)
- Solicitation Release: No earlier than 15 days after pre-solicitation posting
- Phase One Proposals Due: No earlier than 30 days after solicitation release
Evaluation
Source selection will use a best value continuum process in a negotiated two-phase acquisition with a trade-off approach. Phase One will select offerors to proceed to Phase Two. In Phase Two, selected offerors will submit a technical and price proposal for a seed project. The offeror with the best value proposal for the seed project will be awarded an IDIQ MACC and the seed project task order. The remaining selected offerors will receive an IDIQ MACC with a $1,000 minimum guarantee.
Additional Notes
This will be an electronic solicitation available on FedBizOpps (fbo.gov). A Pre-Proposal Conference and Site Visit will be held for Phase Two participants. Offerors must be registered or in the process of registering with the System for Award Management (SAM) to be considered for award.