C--SYNOPSIS A-E Services
ID: 89233124RNA000253Type: Presolicitation
Overview

Buyer

ENERGY, DEPARTMENT OFENERGY, DEPARTMENT OFNNSA NON-MO CNTRCTNG OPS DIVALBUQUERQUE, NM, 87185, USA

NAICS

Engineering Services (541330)

PSC

ARCHITECT AND ENGINEERING- GENERAL: OTHER (C219)
Timeline
    Description

    The Department of Energy, specifically the NNSA Non-MO Contracting Operations Division, is seeking architect-engineer services through a presolicitation notice titled "C--SYNOPSIS A-E Services." This opportunity aims to address inquiries related to the procurement and includes amendments that provide additional context and responses from the government. The services are critical for engineering projects within the department, which typically require specialized expertise in various engineering disciplines. Interested firms should note that the correct size standard for this procurement is $25.5 million, and they can reach out to John P. Bazylewicz at john.bazylewicz@nnsa.doe.gov or call 202-909-7513 for further information.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    C--SYNOPSIS A-E Services
    Currently viewing
    Presolicitation
    Similar Opportunities
    C--Architect-Engineering Services for SPR
    Active
    Energy, Department Of
    The Department of Energy is seeking qualified architect-engineering firms to provide comprehensive A-E services for the Strategic Petroleum Reserve's Project Management Office located in New Orleans, Louisiana. The procurement involves a Firm-Fixed-Price Indefinite Delivery Indefinite Quantity (IDIQ) contract for various tasks related to construction projects and the renovation of existing facilities, including design, inspection, and support for crude oil storage sites. This contract, valued at up to $30 million with a minimum guarantee of $10,000, is crucial for maintaining and enhancing the operational readiness of the SPR facilities, which may involve work primarily in Louisiana and Texas. Interested firms must submit their qualifications via the SF-330 form by 2:00 p.m. CDT on October 21, 2024, and direct any questions to Jeremy Smith at jeremy.smith@spr.doe.gov.
    MATOC set -aside for Small business for General A-E Services
    Active
    Dept Of Defense
    The U.S. Army Corps of Engineers, New York District, is conducting market research for a Multiple Award Task Order Contract (MATOC) set aside for small businesses to provide general architect-engineer (A-E) services. The procurement aims to identify qualified firms capable of supporting various military construction and non-military programs within the NAN/NAD boundaries, with a total contract capacity not to exceed $50 million over a five-year period. This opportunity is significant as it encompasses a wide range of A-E services, including design, planning, and construction support for projects under $1 million, emphasizing the importance of small business participation. Interested firms must submit their capabilities statements to Stephen DiBari via email within 15 calendar days of the notice, and must clearly identify their business size and relevant experience in similar projects.
    Engineering and Construction Management Services for Various Civil Works, Environmental, Department of Energy and Military Projects assigned to the Huntington District, US Army Corps of Engineers, Great Lakes and Ohio River Division
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers' Huntington District, is seeking qualified small business sources to provide engineering and construction management services for various civil works, environmental, Department of Energy, and military projects. The procurement aims to identify firms capable of delivering specialized training and experience in nuclear and environmental engineering, as well as construction disciplines, for multi-million dollar projects, including decommissioning and environmental remediation efforts. This opportunity is critical for ensuring the effective management and execution of complex engineering tasks across multiple districts, with a potential contract value of approximately $18 million over one year. Interested firms must submit their qualifications electronically to Leslie Rowe at leslie.a.rowe@usace.army.mil by the close of business on September 30, 2024.
    Synopsis for Architect-Engineer (A-E) Services for NOAA Global Monitoring Laboratory (GML) American Samoa Atmospheric Baseline Observatory (SMO)
    Active
    Commerce, Department Of
    The National Oceanic and Atmospheric Administration (NOAA) is seeking qualified architect-engineer (A-E) firms to provide design services for the American Samoa Atmospheric Baseline Observatory (SMO), focusing on the development of a renewable energy system aimed at achieving net-zero electricity. The project requires expertise in electrical, structural, and wind engineering to design a system incorporating photovoltaic (PV) technology, battery energy storage (BESS), and wind energy solutions. This initiative is crucial for advancing NOAA's sustainability goals and enhancing atmospheric research capabilities in a challenging island environment. Interested firms must submit their proposals by September 27, 2024, with the anticipated contract value ranging between $1,000,000 and $5,000,000. For further inquiries, contact Stephanie Mas at STEPHANIE.MAS@NOAA.GOV or call 303-578-6768.
    R--Notice of Proposed Contract Action
    Active
    Energy, Department Of
    The Department of Energy, specifically the NNSA Naval Reactors Laboratory Field Office, is proposing a contract action for an independent project review related to the Naval Examination Acquisition Project (NEAP). The objective is to negotiate a sole-source award with Independent Project Analysis (IPA) for their unique qualifications to provide critical analysis and recommendations regarding expected costs, risks, and planning for the project's detailed design and construction phases. This procurement is vital for ensuring informed decision-making prior to the Critical Decision 1 milestone. Interested parties may submit capability statements to Tyson Taylor at tyson.taylor@unnpp.gov, with the anticipated award date set for October 2024. The associated NAICS code is 541611, with a small business size standard of $24.5 million per year.
    C--Architect and Engineering (A&E) Indefinite Deliver
    Active
    Interior, Department Of The
    The U.S. Department of the Interior, Bureau of Reclamation, is seeking qualifications from small businesses for an Indefinite Delivery, Indefinite Quantity (IDIQ) contract for Architectural and Engineering (A&E) services valued at up to $16 million over five years. The contract will support complex projects across Idaho, Oregon, Montana, Washington, and Wyoming, requiring expertise in various engineering disciplines, including architecture, hydropower, civil, mechanical, and electrical engineering. This initiative is crucial for enhancing the management and development of water resources and infrastructure projects, ensuring compliance with environmental standards. Interested firms must submit their qualifications using the SF-330 form by September 20, 2024, and can direct inquiries to Lance Fleming at lfleming@usbr.gov or by phone at 208-378-5338.
    Architectural and Engineering Services for IBO Long Range Planning
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Air Warfare Center Weapons Division (NAWCWD), is seeking qualified architect-engineering firms to provide long-range planning and infrastructure planning engineering services at Naval Air Weapons Station China Lake and Naval Base Ventura County, including Point Mugu and San Nicolas Island. The objective is to support military construction projects, major repair projects, and recapitalization efforts by delivering engineering subject matter expertise, coordinating with stakeholders, and assisting in project design across various engineering disciplines. This procurement is crucial for enhancing the operational readiness and sustainability of military infrastructure, with interested businesses required to submit a Market Research Questionnaire by 10:00 AM PST on September 25, 2024, to the Contract Specialist, Theresa Lee, at seunghwa.t.lee.civ@us.navy.mil.
    MATOC for General Architect Engineering services
    Active
    Dept Of Defense
    The U.S. Army Corps of Engineers, New York District, is conducting market research for a Multiple Award Task Order Contract (MATOC) focused on General Architect-Engineering (A-E) services. The procurement aims to identify qualified firms capable of supporting various military and non-military construction programs within the North Atlantic Division (NAN/NAD) boundaries, with a total contract capacity not exceeding $200 million over five years. This opportunity is crucial for enhancing military infrastructure, including construction and renovation of facilities such as hangars, training centers, and administrative buildings. Interested firms must submit a capabilities statement by email to Stephen DiBari within 15 calendar days of the notice, detailing their qualifications and experience in relevant projects.
    Worldwide AE Design IDIQs - Stage 1 Shortlist
    Active
    State, Department Of
    The U.S. Department of State is seeking qualified architectural and engineering firms to provide comprehensive services for various locations worldwide through the Worldwide AE Design IDIQs procurement. This opportunity is part of the Overseas Buildings Operations (OBO) initiative, which emphasizes the importance of professional architectural services in supporting U.S. diplomatic missions and facilities globally. The procurement process has reached Stage 2, with over 100 responses received and a shortlist of selected firms, including notable names such as Ennead Architects LLP and Skidmore, Owings & Merrill LLP. Interested parties can contact the AE Contracting Team at AE@state.gov for further information, with the closing date for submissions having been March 26, 2024.
    C--ACAD AND SACR A&E IDIQ
    Active
    Interior, Department Of The
    The National Park Service (NPS) is seeking qualified small business architectural and engineering (A&E) firms for a single award Indefinite Delivery Indefinite Quantity (IDIQ) contract focused on providing services for Acadia National Park and St. Croix Island International Historic Site in Maine. The procurement emphasizes compliance with the Federal Acquisition Regulation (FAR) and requires firms to have licensed personnel in relevant disciplines, with key services including multi-disciplinary design, planning, construction documentation, and adherence to sustainable design principles. This contract, valued at a maximum of $10 million over its potential five-year duration, aims to enhance visitor infrastructure while ensuring environmental stewardship and cultural resource protection. Interested firms must submit their qualifications electronically by September 25, 2024, and can contact Janice Boscoe at janiceboscoe@contractor.nps.gov for further information.