Federal Contract Opportunity

Last Updated on 26 Feb 2025 at 6 PM
Solicitation
Washington navy yard District of columbia

Indefinite-Delivery/Indefinite-Quantity (IDIQ) Multiple Award Construction Contract (MACC) for facilities within the NAVAC Washington Area of Operations (AO) to include Washington DC (DC), Virginia (VA), and Maryland (MD)

Details

Solicitation ID N4008025R9500
Posted Date 26 Feb 2025 at 6 PM
Response Date 05 Aug 2026 at 4 AM (estimated)
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Navfacsyscom Washington
Agency Department Of Defense
Location Washington navy yard District of columbia United states 20374

Possible Bidders

National Industries For The Blind

Wayne Earth city Alexandria

Miscellaneous Foreign Contractors

Frankfurt am main Isando Washington Arlington

Prc-desoto International Incorporated

Glendale Irvine Burbank Mckinney

Sign up to access Documents

Signup now

THIS NOTICE DOES NOT CONSTITUTE A REQUEST FOR PROPOSAL, REQUEST FOR QUOTE, OR AN INVITATION FOR BID. NO SPECIFICATIONS OR DRAWINGS ARE AVAILABLE AT THIS TIME.  

The intent of this pre-solicitation synopsis to notify potential offerors that the Naval Facilities Engineering Systems Command, Washington (NAVFAC Wash) of a firm-fixed-price (FFP) Design-Build/Design-Bid-Build (DB/DBB) Indefinite-Delivery, Indefinite-Quantity (IDIQ) Multiple Award Construction Contract (MACC) for large scale general construction projects at various locations within NAVFAC Washington’s Area of Operations (AO), primarily in Washington D.C., Maryland, and Virginia.  

Construction projects to be performed under this MACC will primarily consist of general building type projects and may be either design-bid-build (DBB) or design-build (DB). General construction includes, but is not limited to; management, labor, supervision, tools, materials, and equipment necessary to perform, but not limited to, new construction, demolition, repair, alteration, and renovation of buildings, systems and infrastructure, and may include civil, structural, mechanical, electrical, fire protection, and/or communication systems. Types of facilities may include administrative, industrial, maintenance, warehouses, hangars, communications, personnel support, recreation, lodging, dormitory, medical, training, ranges, roads, etc., in support of Naval Facilities Engineering Command, Washington, District of Columbia, and various facilities in the AO.  

The duration of the contract(s) spans an eight-year ordering period; to include a two-year base period and two additional, three-year option periods, if exercised, for a total 96 months.  

Contract Not-To-Exceed for all contracts awarded under the MACC is $8 Billion total.  

 

Issue RFP Date:  Approximately March 2025 

Procurement Method: Source Selection using tradeoff process   

Type of Contract: Firm Fixed Price, IDIQ  

Primary NAICS 236220 – Commercial and Institutional Building [Small Business Size Standard = $45 Million] 

This solicitation will be advertised as Full and Open Competition. 
Large Business Offerors are required to submit an acceptable small business subcontracting plan. The Government intends to use Small Business Reserves in accordance with FAR 19.503. All responsible sources may submit a proposal which shall be considered by the agency. 

THIS SOLICITATION WILL BE OFFERED IN ELECTRONIC FORMAT ONLY.  

The anticipated requirement will be issued under Solicitation Number N40080-25-R-9500.  

The solicitation will be available on the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module at https://piee.eb.mil/. Amendments will be posted on the website. This will be the only method of amendment distribution; therefore, it is the OFFERORS’ RESPONSIBILITY TO CHECK THE WEBSITE PERIODICALLY FOR ANY AMENDMENTS TO THE SOLICITATION. Prospective offerors MUST register themselves on the website. Training and instructions on how to submit your proposal are available at https://pieetraining.eb.mil/wbt/xhtml/wbt/sol/solicitation/. Offerors must also be registered in the System for Award Management (SAM) system at http://www.sam.gov/ in order to participate in this procurement.   

Hard copies of the solicitation will not be provided. It is the responsibility of the Offerors to check the above websites daily for any updates/amendments.  

Primary POC:  

Molly Lawson Telephone: (202) 716-5845 Email: [email protected]  

Secondary POC:  

Vivienne Moore Telephone: (202) 674-9173 Email: [email protected]