SOURCES SOUGHT NOTICE FOR NAVAL SURFACE WARFARE CENTER PHILADELPHIA DIVISION (NSWCPD)
SUBJECT: Naval Surface Warfare Center, Philadelphia Division (NSWCPD) Code 102 Multiple Award Construction Contract (MACC).
THIS SOURCES SOUGHT IS NOT A REQUEST FOR PROPOSAL. It is a market research tool being used to determine potential and eligible firms capable of providing the services described herein prior to determining the method of acquisition.
SOURCES SOUGHT DATE: 12 March 2025
CONTRACTING OFFICE: N64498
NAICS CODE: 236220 / $45M Size Standard
CLASSIFICATION CODE (PSC/FSC): Y1JZ
INCUBMENT: N/A, New Requirement
PREVIOUS STRATEGY: N/A
TECHNICAL CODE: Code 1022
ANTICIPATED AWARD DATE: Q3 FY26
RESPONSE DATE: 26 March 2025
CONTACT POINTS: David Rhoads
Contract Type – An Indefinite-Delivery Indefinite-Quantity (IDIQ) Multiple Award Construction Contract(s) (MACC(s)) Firm-Fixed-Price contract type is anticipated.
Period of Performance – The base contract performance period will span five years from the date of award. Each Task Order will identify specific completion date.
Work Location Requirements – Philadelphia Navy Yard Annex (PNYA) and Naval Support Activity Philadelphia (NSA-P) Philadelphia, PA.
Estimated Ceiling - The cumulative total of all task orders issued under the IDIQ MACC among all MACC holders will not exceed the total, maximum contract ceiling amount of $50,000,000. Projects for the MACC have an estimated total cost between $250,000 and $2,500,000; however, smaller and larger dollar-value projects may be considered by the Government.
Scope – The Naval Surface Warfare Center, Philadelphia Division (NSWC-PD) Division 102 is seeking sources to provide all management, labor, material, equipment, transportation, supervision, environmental, quality, and security controls to accomplish simultaneous sustainment, repair, maintenance (SRM) and minor construction projects at its Philadelphia Navy Yard Annex (PNYA) and Naval Support Activity Philadelphia (NSA-P) locations.
In general, construction projects performed under this MACC will require the ability to manage multiple task orders concurrently at both NSWCPD locations. This MACC will encompass a range of Design-Build (DB) and Design-Bid-Build (DBB) projects that include, but are not limited to, new minor construction; demolition, repair, alteration, and renovation of existing buildings, systems and infrastructure; and, may include civil, structural, mechanical, electrical, fire protection, and communication systems. Types of facilities include administrative, industrial, maintenance, warehouses, light laboratories, full-scale test sites, communications, personnel support, recreation, parking lots, roads, etc. in support of NSWCPD.
More specifically, projects carried out under the NSWCPD MACC may include, but are not limited to, the following facility types, equipment, and systems:
a) Roofing
b) Interior/Exterior Renovations
c) Heating, ventilation, and air conditioning (HVAC)
d) Painting
e) Paving
f) Low Impact Development (LID)
g) Environmental/Hazardous Material Abatement
h) Concrete/Foundation Work
i) Electrical Systems Maintenance / Renovations
j) Fire Protection and Life Safety
k) Telecommunication
l) Plumbing
m) Facility and Personnel Security Systems
n) Furniture, Fixtures, and Equipment
o) Elevators
p) Cooling towers
Work performed under this contract will be complex in nature and require multiple technical and professional disciplines working simultaneously to include coordination with Architect-Engineer (A-E) Contractors as necessary. All such work shall be accomplished in strict accordance with applicable or relevant and appropriate Navy and local instructions, processes, and procedures and applicable building and life safety code requirements.
Capability Statements:
Interested businesses are invited to submit capability statements, not to exceed 5 double spaced, single-sided pages in length, demonstrating their ability to fulfill this requirement. Capability Statements must address, at a minimum the following:
Section 1: Introduction. Identify the Sources Sought Number and Title
Section 2: Corporate Description.
- Name of Company and address
- Ownership, including whether: Small, Small Disadvantaged Business (SDB), 8(a), Women-Owned Small Business (WOSB), HUBZone, or Service Disabled Veteran-Owned Small Business (SDVOSB)
- Points of contact, including: Name, title, phone, and e-mail address
- CAGE Code and Unique Entity Identifier (UEI)
(1) A complete description of the offeror’s capabilities (including technical, program management, safety, etc.) related experience, facilities, techniques, or unique combination of factors that would directly relate to the Government’s objectives as stated in the identified scope of work.
(2) The qualifications, capabilities, and experiences of Contractor employees, who would be available to support this effort.
Section 2. Past/Current Performance. Provide one (1) example of prior/current corporate experience performing efforts of similar size and scope within the last five years, including contract number, organization supported, indication of whether as a prime or subcontractor, contract values, Government point of contact with current telephone number, and a brief description of how the referenced contract relates to the services described in the above identified Scope of Work.
Section 3. Technical Response. Provide a detailed technical response that addresses the tasks identified in the above Scope. Information should include:
- The contractor’s ability to manage, as a Prime contractor, the types and magnitude of all tasking in the identified Scope.
- The contractor’s capacity, or potential approach to achieving capacity, to execute the requirements of the above identified Scope. This response should include a discussion of resources available such as corporate management and currently employed personnel to be assigned to tasks under this effort to include professional qualifications, specific experience of such personnel, and the ability to have personnel located at the locations specified.
- Contractor’s ability to begin performance upon contract award.
Note: The requested information is for planning purposes and does not constitute a commitment, implied or otherwise, that a procurement action will be issued nor will the Government pay for the information solicited. All information and data received in response to this sources sought marked or designated a corporate proprietary information will be fully protected and held in strict confidence.
Note: No telephone responses will be accepted. No contractor response received after the advertised due date and time will be accepted. No exceptions to this receipt deadline will be granted under any circumstances. Responses must be received no later than 12:00pm EST on 26 March 2025 by e-mail to david.a.rhoads8.civ@us.navy.mil.
Milestones – It is anticipated that procurement milestones will occur on or around the following dates:
Set Aside Determination/Synopsis Issued: June 2025
Solicitation Issued: September 2025
Solicitation Closed: November 2025
Award Date: June 2026
Performance Start: July 2026