Closed Solicitation · DEPT OF DEFENSE

    MULTIPLE AWARD CONSTRUCTION CONTRACT SOURCES SOUGHT

    Sol. N66001_SNOTE_03C58FCASpecial NoticeSAN DIEGO, CA
    Closed
    STATUS
    Closed
    POSTED
    Jun 17, 2025
    Publication date
    NAICS CODE
    236220
    Primary industry classification
    PSC CODE
    Z
    Product & service classification

    AI Summary

    The Department of the Navy is seeking sources for an Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC) for new construction, repair, and renovation projects at Naval Base Point Loma and other San Diego area bases. This Sources Sought announcement aims to identify qualified Small Businesses, including SBA certified 8(a), HUBZone, Economically Disadvantaged Women-Owned, and Service-Disabled Veteran-Owned firms. The estimated contract value is $99 million over five years, with task orders ranging from $1 million to $12 million. Interested parties should provide their business information, bonding capacity, and relevant experience.

    Contract details

    Solicitation No.
    N66001_SNOTE_03C58FCA
    Notice Type
    Special Notice
    Posted Date
    June 17, 2025
    Response Deadline
    NAICS Code
    236220AI guide
    PSC / Class Code
    Z
    Issuing Office
    NIWC PACIFIC
    Primary Contact
    Crystal M Irvin
    State
    CA
    ZIP Code
    92152-5001

    Description

    N66001-25-R-CONX

    SOURCES SOUGHT FOR INDEFINITE DELIVERY INDEFINITE QUANTITY (IDIQ) MULTIPLE AWARD CONSTRUCTION CONTRACT (MACC) UNDER NAICS 236220 FOR NEW CONSTRUCTION, REPAIR AND RENOVATION PROJECTS AT NAVAL BASE POINT LOMA, SAN DIEGO, CALIFORNIA AND OTHER METRO SAN DIEGO AREA BASES

    This is a Sources Sought Synopsis announcement, a market survey for information to be used for preliminary planning purposes. The information received will be used within the Navy to facilitate the decision making process and will not be disclosed outside of the agency. The intent of this Sources Sought Synopsis is to identify potential qualified Small Businesses, U.S. Small Business Administration (SBA) certified 8(a) Businesses, SBA certified HUBZone Small Businesses, Economically Disadvantaged Women‐Owned Small Businesses, and/or Service‐Disabled Veteran‐Owned Small Businesses.

    This Sources Sought Synopsis is one facet in the Governments overall market research in regards to whether the proposed solicitation will be issued as a competitive set-aside or as full and open (unrestricted). No procurement strategy will be determined based solely on the information received in response to this Sources Sought Synopsis.

    No reimbursement will be made for any costs associated with providing information in response to this announcement or any follow-up information requests. This notice does not constitute a Request for Proposal and is not to be construed as a commitment by the Government for any purpose other than market research. Respondents will not be notified of the results of this market research.

    Naval Information Warfare Center Pacific (NIWC PAC) is seeking Small Business, SBA certified 8(a) Business, SBA certified HUBZone Small Business, Economically Disadvantaged Women‐Owned Small Business, and/or Service‐Disabled Veteran‐Owned Small Business sources with current and relevant experience, personnel, and capability to self-perform a multiple award construction contract for new general building construction, repair, and renovation projects on Naval Base Point Loma (NBPL), San Diego, California and metro area San Diego bases.

    The North American Industry Classification System (NAICS) Code is 236220 (Commercial and Institutional Building Construction) with a Small Business Size Standard of $45.0 million. Task orders issued under the proposed IDIQ contract will be performed at NBPL. The proposed contract will have a maximum performance period of five (5) years. The estimated total contract price for the two-year base performance period and one (1) three-year option period will be $99,000,000. The intended task order range is estimated between $1,000,000 and $12,000,000.

    Projects will be primarily design-build or construction only for new construction, repair, and/or renovation of commercial and institutional buildings. Types of construction projects may include, but are not limited to: administration buildings, wet and dry laboratories, maintenance/repair facilities, office buildings, and other similar facilities.

    Interested sources are invited to respond to this sources sought announcement by providing the following information:

    1) Contractor Information: Provide your firms contact information, including SAM UEI number.
    2) Type of Business: Identify whether your firm is a Small Business, SBA certified 8(a), SBA certified HUBZone, Service-Disabled Veteran-Owned, and/or Economically Disadvantaged Women-Owned Small Business concern. For more information on the definitions or requirements for these small business programs, refer to http://www.sba.gov/.
    3) Bonding Capacity: Provide your surety’s name, your maximum bonding capacity per project, and your aggregate maximum bonding capacity.
    4) Experience: Submit a minimum of three (3) and maximum of five (5) recent specific government or commercial contracts/projects your firm has performed as the prime contractor to demonstrate your experience in construction of commercial and institutional buildings as indicated in this announcement. A specific project is a single project or a single task order under an indefinite quantity contract or on-call type contract. Recent is defined as having been 100% completed within the five years prior to the submission due date. All projects shall have a minimum construction cost of $1,500,000. Projects which do not meet these requirements may not be considered relevant.

    Additional minimum submission requirements:

    ---Submit at least one relevant project with a construction cost of $3,000,000 or above.
    ---Submit at least two relevant projects that demonstrate experience in design-build construction.

    For each of the projects submitted for experience evaluation, provide the following:

    ---title and location
    ---award and completion dates
    ---contract or subcontract value
    ---type of work for overall project and type of work your firm self-performed
    ---current customer information including point of contact, phone number, and email address
    ---whether the work was performed as a prime or subcontractor
    ---type of contract (Design-Build or Design-Bid-Build – see Sources Sought Information Form)
    ---narrative project description
    ---description of the work that was self-performed by your firm, including the percentage of contract value your firm self-performed

    For design-build projects, identify the name and address of the A-E firm used to provide design or specify if design was performed in-house. Identify your working relationship with the design firm (i.e., number of years working together).

    Responses to this Sources Sought announcement are due no later than 2:00 p.m. local San Diego, California time on June 24, 2025. Please submit your response to Crystal Irvin via the NAVAWAR e-Commerce website or via email at crystal.irvin2.civ@us.navy.mil. All NIWC PAC solicitations are posted on the NAVWAR e-Commerce Central website at https://e-commerce.dc3n.navy.mil.

    Key dates

    1. June 17, 2025Posted Date

    Frequently asked questions

    MULTIPLE AWARD CONSTRUCTION CONTRACT SOURCES SOUGHT is a federal acquisition solicitation issued by DEPT OF DEFENSE. Review the full description, attachments, and submission requirements on SamSearch before the response deadline.

    SamSearch Platform

    Stop searching. Start winning.

    AI-powered intelligence for the right opportunities, the right leads, and the right time.