Bid Date: 2025-08-14
Project Description: Solicitation No: N40192-25-R-9006
Title: Indefinite-Delivery/Indefinite Quantity (IDIQ) Job Order Contracts (JOC), at various locations to support Naval Facilities Engineering Systems Command Marianas’s (NAVFACMAR) area of responsibility (AOR)
Type: Pre-Solicitation Notice
Estimated Issue Date: Mid-August
Estimated Proposal Due Date: Mid-September
Estimated Award Date: Dec 2025 – Jan 2026
Project Task Order Range: $2,000 to $10,000,000
Total IDIQ Contract Value Not-to-Exceed (NTE): $100,000,000
Synopsis or Description
THIS NOTICE DOES NOT CONSTITUTE A SOLICITATION, A REQUEST FOR PROPOSAL, A REQUEST FOR QUOTE OR AN INVITATION FOR BID. NO SPECIFICATIONS OR DRAWINGS ARE AVAILABLE AT THIS TIME.
1. The intent of the anticipated solicitation is to award two (2) single-award Firm-Fixed Price (FFP), Design-Build (DB) / Design-Bid-Build (DBB) Indefinite-Delivery/Indefinite Quantity (IDIQ) Job Order Contracts (JOC), at various locations to support Naval Facilities Engineering Systems Command (NAVFAC) Marianas’s area of responsibility (AOR).
2. It is the intention of this procurement to be solicited as a competitive HUBZone under NAICS 236220 – Commercial and Institutional Building Construction with the Small Business Size Standard at $45,000,000. Based on market research, there is reasonable expectation that offers would be obtained from at least 2 responsible HUBZone concernts.
3. The anticipated two (2) IDIQ JOC contracts are designated as BLUE JOC and GOLD JOC.
4. The BLUE JOC and GOLD JOC shall include specific Primary, Secondary, and Tertiary NAVFAC AOR locations as follows:
a. BLUE JOC:
Primary Locations: Naval Base Guam (NBG) installation. AOR includes, but not limited to, Naval Hospital, Naval Magazine, Nimitz Hill, Polaris Point, Sasa Valley, Tenjo Vista, Apra Heights, Hoover Park & Piti Power Plant, Dry Dock Island, Glass Break Water, Dandan, Radio Barrigada, Guam Army National Guard, Guam Army Reserves, and all other locations south of Purple Heart Memorial Highway (Route 8), Barrigada; and west of Vietnam Memorial Highway (Route 10), Mangilao.
Secondary Locations: Other NAVFAC Marianas AOR locations listed under Gold locations and other locations within the Commonwealth of the Northern Mariana Islands (CNMI).
Tertiary Locations: Other NAVFAC Marianas AOR locations within the Federated States of Micronesia (FSM) and Palau.
b. GOLD JOC:
Primary locations: Naval Support Activity Marine Corps Base Camp Blaz (MCBCB) installation. AOR includes, but not limited to, Finegayan, Skaggs Urban Training Complex, Mason Live Fire Training Complex, Naval Support Activity Andersen Air Force Base (AAFB) North Ramp, Santa Rosa, Northwest Field-PRTC, Red Horse Cantonment, Tumon Tank Farm & Water Wells, and all other locations north of Purple Heart Memorial Highway (Route 8), Barrigada; and east of Vietnam Memorial Highway (Route 10), Mangilao.
Secondary Locations: Other NAVFAC Marianas AOR locations listed under Blue locations and other locations within the Commonwealth of the Northern Mariana Islands (CNMI).
Tertiary Locations: Other NAVFAC Marianas AOR locations within the Federated States of Micronesia (FSM) and Palau.
5. The work to be performed includes various general construction and repair services, to include minor construction and alteration, at predetermined unit prices and bid price coefficients to be applied to R.S. Means. This Job Order Contract (JOC) provides for award of individual “Task Orders” for procurement and administration at various NAVFAC Marianas activities where the contractor shall provide all supervision, labor, safety controls, transportation, materials, equipment, tools, supplies, engineering, administration, permit and clearances and incidentals to provide quality design-build or design-bid-build services. The work shall also include material sampling, testing, removal, and disposal of lead contaminated paint, asbestos, and other hazardous material.
6. The basic contract will contain three Contract Line Item Number (CLIN) as follows:
CLIN 0001: 2-Year Base Ordering Period
CLIN 0002: 2-year 1st Option Ordering Period
CLIN 0003: 3-Year 2nd Option Ordering Period
7. The total contract period of performance is intended not to exceed seven (7) years, which is eighty-four (84) months; or upon reaching the Not-To-Exceed (NTE) amount, whichever comes first.
8. The anticipated resulting two (2) single award contracts will each have $100 Million Not-To-Exceed capacity under CLIN 0001. Upon completion of the Base Ordering Period, any unused capacity amount shall be provided or “rolled over” to the Option Ordering Period under CLINs 0002, then 0003, accordingly.
9. A minimum guarantee of $5,000.00 is anticipated to each successful offeror over the full term of the contract, including the option ordering periods. The Government intends for the Contracting Officer to issue a unilateral no-cost cancellation for the minimum guarantee Task Order if/when the Contractor receives a Task Order that is equal to or exceeds the amount of the minimum guarantee.
10. The anticipated resulting two (2) contracts shall provide for award of individual firm fixed price task orders, for the accomplishment of various maintenance, repair, alteration, and minor new construction projects to Government facilities within the NAVFAC Marianas Area of Responsibility including Guam, CNMI, Palau, FSM, and other locations as authorized by the Procuring Contracting Officers.
11. The anticipated solicitation and resulting contract contain provisions and clauses for both services-type actions as defined in FAR Part 37 and construction-type actions as defined in FAR Part 36. The applicable Product Service Code (PSC) will be identified in each Task Order. Task Orders with PSC starting in “Z1” will be regarded as FAR Part 37 action while those starting in “Z2” will be regarded as FAR Part 36 actions.
12. Additionally, the anticipated solicitation and resulting contract will contain provisions and clauses for US (including territories and outlying areas) and foreign countries. Foreign acquisition related provisions, clauses, terms, and conditions will be applicable for Task Orders performed in Palau and FSM.
13. The Government intends to award each contract to the responsible offeror(s) whose proposal(s) represent the best value, after evaluation in accordance with the factors and their relative importance, as stated in the solicitation.
14. Government intends to post all notices/amendments related to this solicitation on the SAM.gov website, via the Procurement Integrated Enterprise Environment (PIEE) Solicitation module.
15. All interested firms must be registered on SAM.gov, and PIEE web sites in order to obtain the solicitation documents and all information regarding the solicitation. Hard copies of the solicitation will not be provided. It is the responsibility of the Offeror to check the websites daily for any updates/amendments. Prospective Offerors who have access to the solicitation at the SAM.gov and PIEE website shall reference solicitation number N4019225R9006 (no hyphens).
16. All Offerors must be registered in the System for Award Management (SAM) at www.sam.gov to be considered for contract award. It is highly encouraged for Offerors to begin the SAM registration process as early as possible. All Offeror’s must include HUBZone eligibility information in their SAM registration representations and certifications.
17. Failure to register in the SAM database or failure to include HUBZone eligibility information will make an Offeror ineligible for award. The SAM website can be accessed at www.sam.gov.
Links
No links have been added to this opportunity.
Attachments
No attachments have been added to this opportunity.