THIS IS A SOURCES SOUGHT ANNOUNCEMENT, A MARKET SURVEY FOR WRITTEN INFORMATION ONLY. THIS IS NOT A SOLICITATION ANNOUNCEMENT FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS ANNOUNCEMENT. NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS ANNOUNCEMENT OR ANY FOLLOW-UP INFORMATION REQUESTS.
No telephone calls will be accepted requesting a bid package or solicitation. There is no bid package or solicitation. In order to protect the procurement integrity of any future procurement, if any, that may arise from this announcement, information regarding the technical point of contact will not be given and no appointments for presentations will be made.
The Naval Facilities Engineering Command Southeast (NAVFAC SE) is seeking qualified and interested parties in any of the following categories: Service Disabled Veteran-Owned Small Business (SDVOSB), and/or Small Business (SB) sources, U.S. Small Business Administration (SBA) certified 8(a), HUBZone Small Business (HUBZone), and Women Owned Small Business (WOSB) with current relevant qualifications, experience, personnel, and capability to perform.
Project Description:
The work will be performed at NAS Jacksonville and NS Mayport. Projects are planned to be issued as Task Orders under Multiple Award Construction Contracts (MACCs). The work to be performed consists of general building-type projects (new construction, renovation, alteration, demolition, and repair work) including but not limited to: 1) aviation and aircraft facilities; 2) warehouse, supply, and other industrial facilities; 3) barracks, dormitories, and personnel housing facilities; 4) administrative facilities; 5) training facilities; 6) personnel support and service facilities; 7) maintenance facilities; 8) research facilities; 9) commissaries/retail; 10) medical facilities; 11) waterfront facilities; and other similar types of facilities for the facilities managed by NAVFAC SE.
Projects will require either single discipline or multi-discipline design services or may include 100% construction performance specifications. Projects may be based on design-build or full plans and specifications format and may also require comprehensive interior design and incorporation of sustainable features.
Contract(s) will be for one (1) base year and four (4) consecutive option years, for a total of five (5) years aggregate ordering period. The aggregate value of all contracts awarded from any resultant solicitation is anticipated to be $249,000,000 ($249M) over the five-year period. A per contract maximum will not be identified. Task Orders will be firm-fixed-price and will range from $250,000 to $10,000,000. Task orders under or over these amounts may be considered if deemed to be in the Government’s best interest and approved by the Contracting Officer. MACC Contractors may be asked to respond to multiple Requests for Proposal (RFPs) in a short timeframe (i.e. 4 or 5 RFPs issued within a 30-day period).
Under the FAR 52.219-14 – Limitations of Subcontracting, guidelines, the prime contractor must have the capability to perform at least 15 percent of the cost of the contract work with its own employees.
If the solicitation is issued as a Small Business set-aside, then in accordance with Federal Acquisition Regulations (FAR) 52.219-14, Limitations of Subcontracting, for general construction, the prime contractor may not pay more than (85%) of the amount paid by the Government for contract performance, excluding the cost of material, to subcontractors that are similarly situated entities. Any work that a similarly situated entity further subcontracts will count towards the prime contractor’s 85% subcontract amount that cannot be exceeded
The North American Industry Classification System (NAICS) Code is 236220, Commercial and Institutional Building Construction, with a Small Business Size Standard of $45,000,000 ($45M).
Submission Package: Interested sources are invited to respond to this sources sought announcement by submitting the following information:
- Contractor Information: Provide your firm’s contact information, to include its System for Award Management (SAM) Unique Entity Identifier and Cage Code numbers.
- Indicate if a solicitation is issued will your firm/company be submitting a proposal _____ Yes _____ No.
- Type of Business: U.S. Small Business Administration (SBA) certified 8(a), SBA Certified HUB Zone, Service Disabled Veteran-Owned Small Businesses (SDVOSB), Women Owned Small Business (WOSB), and Small Businesses (SB). For more information on the definitions or requirements for these small business programs, refer to http://www.sba.gov.
- Bond Capacity: Provide your firm’s surety’s name, your firm’s maximum bonding capacity per individual project and aggregate bonding capacity.
- Experience Submission Requirements: Submit a minimum of three (3) Design-Build or Design-Bid-Build projects that demonstrate multi-discipline, architectural, engineering, construction experience as the Prime Contractor in performing efforts of a similar size, scope and complexity to the project description above (multi-discipline is 3 or more disciplines, i.e. Mechanical/Electrical only would not be considered multi-discipline). Projects need to be CONSTRUCTION and completed within the last seven (7) years with a completed value of $500,000 or greater.
Submissions shall contain the following items for each project submitted for consideration:
- Include Contract Number, if applicable
- Indicate whether Prime contractor or Subcontractor
- Contract Value
- Completion Date
- Government/Agency point of contact and current telephone number.
- Project Description. Include a brief description, with sufficient detail, to determine whether this project is of a similar size, scope and complexity to the project description in this announcement; and how the contract referenced relates to the project description herein.
- Identify whether your firm used in-house design capacity or used an Architect/Engineer (A/E) firm to provide design services. Indicate whether your firm has an established working relationship with the design firm, if applicable.
Capability Statements consisting of appropriate documentation, literature, and brochures will be accepted providing it contains ALL the information required above (items 1-5). Complete submission package shall not exceed 10 pages.
Please respond to this announcement by 3:00pm Eastern Time on 10 September 2025 via email to darrien.a.thomas.civ@us.navy.mil and copy matthew.j.abbott5.civ@us.navy.mil. The subject line of the email shall state: JAX_Mayport MACC Sources Sought Response. Responses that do not meet all requirements or are not submitted with the allotted time will not be considered.
Respondents will not be notified of the results of the evaluation. NAVFAC SE will utilize the information for technical and acquisition planning. All proprietary information not to be disseminated outside the Government must be clearly marked and identified. Since this is a sources sought announcement, no evaluation letters and/or results will be issued to the participants.