Sources Sought for Indefinite Delivery Indefinite Quantity (IDIQ) Architect-Engineer (A-E) Services Contract for Cost Engineering, Value Engineering, and Scheduling Services at Various Navy and Marine Corps Installations Worldwide
ID: N6247324RCOSTType: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVFACSYSCOM SOUTHWESTSAN DIEGO, CA, 92132-0001, USA

NAICS

Engineering Services (541330)

PSC

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

    The Department of Defense, through the Naval Facilities Engineering Systems Command Southwest (NAVFAC SW), is seeking qualified architect-engineer firms to provide Indefinite Delivery Indefinite Quantity (IDIQ) services for Cost Engineering, Value Engineering, and Scheduling at various Navy and Marine Corps installations worldwide. The procurement aims to identify small businesses, including SBA certified 8(a), HUBZone, Woman-Owned Small Businesses (WOSB), and Service-Disabled Veteran-Owned Small Businesses (SDVOSB), capable of delivering essential engineering services such as cost estimates, bid analyses, life cycle cost engineering, and scheduling using Primavera software. This initiative is crucial for ensuring effective project management and cost efficiency in defense-related projects, with an estimated contract value of $30 million over a five-year performance period. Interested firms must submit their qualifications in the SF330 format by 11:00 AM (San Diego, CA Local Time) on October 17, 2024, to Elson Muzada at elson.g.muzada.civ@us.navy.mil.

    Files
    Title
    Posted
    The document N62473-24-R-COST is a Sources Sought Synopsis from the Naval Facilities Engineering Systems Command Southwest, aiming to identify qualified small businesses for potential Architect-Engineer (A-E) services in Cost Engineering, Value Engineering, and Scheduling at various Navy and Marine Corps installations. The federal government is conducting market research to determine whether to issue a competitive set-aside for Small Business Administration (SBA) certified firms, including 8(a), HUBZone, WOSB, and SDVOSB classifications. The estimated contract is valued at approximately $30 million, with a performance duration of five years. Required services involve cost estimates, bid analyses, life cycle cost engineering, scheduling using Primavera software, and coordination with multiple engineering disciplines. Interested firms must provide qualifications through the SF330 format, highlighting recent experiences relevant to the outlined services, including resumes for key personnel. Responses to this announcement are due by 11:00 AM on October 17, 2024, and will not incur costs for the government. This initiative reinforces the commitment to engage small businesses in defense-related projects while facilitating their competitive presence in government procurement.
    The document outlines the "Architect-Engineer Qualifications" (SF 330), which federal agencies utilize to assess the qualifications of architect-engineer (A-E) firms for contracting purposes. The collection of information is structured into two main parts: Part I focuses on contract-specific qualifications, while Part II addresses the general qualifications of a firm or its branch offices. Key sections in Part I require details about the contract, contacts, proposed team members, organizational structure, resumes of key personnel, relevant projects, and participation in these projects. Part II gathers general information about the firm, including ownership type, employee distribution by discipline, and experience. It includes sections to capture annual revenue data from both federal and non-federal services. The main purpose of this form is to standardize the evaluation process of A-E firms and ensure compliance with federal regulations outlined in the FAR and 40 U.S.C. Chapter 11. This systematic approach assists in the selection of qualified firms based on demonstrable competence and professional qualifications, fostering transparency in public contracting processes. By submitting a detailed account of their credentials and experiences, firms can enhance their chances of selection for federal contracts.
    Similar Opportunities
    MULTI-DISCIPLINE V/E ARCHITECT/ENGINEER SERVICES FOR PROJECTS IN THE U.S. ARMY CORPS OF ENGINEERS, BALTIMORE DISTRICT, NORTH ATLANTIC DIVISION (NAD)
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, Baltimore District, is seeking qualified architect-engineer firms to provide multi-discipline V/E (Value Engineering) services for various projects. The objective of this procurement is to engage firms that can deliver comprehensive engineering services as outlined in the solicitation, which is critical for ensuring the successful execution of projects within the North Atlantic Division. This opportunity underscores the importance of professional engineering services in supporting military infrastructure and operations. Proposals are now due by 11:00 AM EST on 16 October 2024, and interested parties can reach out to Yubaraj Rasaily at yubaraj.rasaily@usace.army.mil or Sherry Rhoden at sherry.s.rhoden@usace.army.mil for further information.
    C1DA--VISN 1 ES IDIQ Request for Qualifications (SF-330) RFIs and Answers
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualifications from Service-Disabled Veteran-Owned Small Businesses (SDVOSB) for the VISN 1 Engineering Services Indefinite Delivery Indefinite Quantity (IDIQ) contract. This procurement aims to secure professional engineering services for various facility projects, including planning, design, and construction management, with individual task orders valued between $2,000 and $5,000,000. The selected contractors will be responsible for ensuring compliance with federal standards and VA design requirements, ultimately enhancing the infrastructure and services provided to Veterans. Interested parties must submit their qualifications, including past performance documentation, by the deadline of October 21, 2024, and can direct inquiries to Contract Specialist Paige Pearson at paige.pearson@va.gov or by phone at 203-932-5711.
    Architect-Engineering Services for Comprehensive Long-Term Environmental Action Navy VII (CLEAN VII), Naval Facilities Engineering Systems Command Pacific
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command Pacific (NAVFAC Pacific), is seeking qualified architect-engineering firms to provide comprehensive long-term environmental action services under the CLEAN VII program. The procurement aims to identify capable small business concerns, including Section 8(a), HUBZone, woman-owned, and service-disabled veteran-owned businesses, to support the Department of the Navy’s Environmental Restoration Program, which includes Installation Restoration and Munitions Response programs in compliance with federal environmental regulations. The contract will encompass a range of services such as site evaluations, remedial designs, and ecological risk assessments, with a total contract value of up to $980 million over a potential five-year period. Interested firms must submit their qualifications and past performance questionnaires by 10:00 AM HST on November 4, 2024, to the designated contacts, Samantha Tomisato and Kori-Ann Tanaka, via email.
    IDIQ MULTIPLE AWARD CONSTRUCTION CONTRACT (MACC) FOR NEW CONSTRUCTION, RENOVATION, AND REPAIR OF GENERAL BUILDING CONSTRUCTION AT VARIOUS GOVERNMENT INSTALLATIONS LOCATED IN CALIFORNIA, ARIZONA, NEVADA, UTAH, COLORADO, AND NEW MEXICO
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command Southwest (NAVFAC SW), is seeking qualified small businesses for an Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC) focused on new construction, renovation, and repair of general building construction at various government installations across California, Arizona, Nevada, Utah, Colorado, and New Mexico. The procurement aims to identify potential contractors with relevant experience in commercial and institutional building construction, specifically targeting Small Business Administration (SBA) certified 8(a), HUBZone, Women-Owned, and Service-Disabled Veteran-Owned businesses. The total estimated contract value is $1 billion, with task orders ranging from $4 million to $35 million, and the performance period spans a base of two years with an option for three additional years. Interested parties must submit their qualifications and relevant project experience by 2:00 p.m. Pacific Time on October 8, 2024, to Shane Mahelona at shane.k.mahelona.civ@us.navy.mil.
    NAVFAC Southwest NEPA Multiple Award Service Contract
    Active
    Dept Of Defense
    The Department of Defense, through the NAVFAC Southwest, is seeking qualified small businesses to participate in a Sources Sought announcement for the NAVFAC Southwest NEPA Multiple Award Service Contract. The objective of this procurement is to identify potential contractors capable of providing comprehensive environmental consulting services under the National Environmental Policy Act (NEPA), including the preparation of Environmental Assessments, Environmental Impact Statements, and related documentation, while ensuring compliance with federal, state, and local regulations. This initiative is critical for facilitating environmental planning and technical services that support military operations and construction activities, with an estimated contract value of approximately $45 million over a period not to exceed seven years. Interested parties must submit their qualifications and responses by November 1, 2024, and can direct inquiries to Colton Abernathy at colton.j.abernathy.civ@us.navy.mil or Aileengail Soriano at aileengail.m.soriano.civ@us.navy.mil.
    Professional Services to support the Navy’s Public Works Business Line for work predominantly within the NAVFAC Atlantic Area of Responsibility (AOR)
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC), is soliciting proposals for professional services to support the Navy’s Public Works Directorate, primarily within the NAVFAC Atlantic Area of Responsibility. The contract, identified as N6247023R9002, encompasses a range of engineering services including operational support, logistics management, facility condition assessments, and energy efficiency surveys, with a total contract value of up to $60 million over a maximum term of five years. This procurement is crucial for enhancing the efficiency and effectiveness of public works services within the Navy, ensuring compliance with regulations and operational needs. Interested contractors must submit their proposals by 2:00 PM on October 16, 2024, and can direct inquiries to Weston Polen at weston.c.polen.civ@us.navy.mil or by phone at 757-322-4749.
    Indefinite-Delivery/Indefinite- Quantity Small Business Multiple Award Construction Contract for Roofing, and Renovation of Various Facilities at Public Works Departments and NAVFAC Washington Area of Responsibility
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC) Washington, is soliciting proposals for an Indefinite-Delivery/Indefinite-Quantity (IDIQ) Multiple Award Construction Contract (MACC) focused on roofing and renovation projects across various facilities within its area of responsibility. The contract aims to manage multiple concurrent task orders involving new construction, demolition, repair, and renovation of roofing systems, with potential additional general construction tasks, ensuring compliance with federal, state, and local safety regulations. This initiative is significant for maintaining and enhancing the operational capabilities of diverse facility types, including administrative, industrial, and medical buildings, with a total estimated construction budget of $249 million over an eight-year period. Interested small businesses must submit their proposals by October 30, 2024, and can direct inquiries to Daniel Russell at daniel.russell1@navy.mil or Lindsay Brown at lindsay.naill@navy.mil for further information.
    Indefinite Delivery Contract For Multi-Discipline Miscellaneous Civil Works and Military Design and Other Architect and Engineering (A-E) Services Within the Boundaries of the Caribbean District
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers Caribbean District, is conducting market research to identify qualified firms for an Indefinite Delivery Contract for Multi-Discipline Miscellaneous Civil Works and Military Design and Other Architect and Engineering (A-E) Services within the Caribbean District. The contract will encompass a wide range of engineering and design services for civil works and military projects, including preparation of design reports, engineering studies, cost estimates, and construction plans for various infrastructure projects such as environmental restoration, flood risk reduction, and military facility renovations. Interested firms are invited to submit their capabilities and qualifications by 4:00 PM EST on October 30, 2024, to Samuela Y. Adams at Samuela.Y.Adams@usace.army.mil, with a focus on demonstrating their experience and ability to meet the requirements outlined in the sources sought notice.
    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.
    Z--ESPC IDIQ (VA-19-00001743)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is opening a new round of applications for its Energy Savings Performance Contract (ESPC) Indefinite Delivery Indefinite Quantity (IDIQ) contract, VA-19-00001743, seeking additional Service Disabled Veteran Owned Small Businesses (SDVOSBs) for potential inclusion. This opportunity focuses on enhancing energy efficiency in VA facilities. SDVOSBs interested in joining the IDIQ contract vehicle must submit proposals by the extended deadline of January 11th, 2022, adhering to the instructions detailed in Sections L and M of the RFP. The VA seeks to procure energy savings and related services from qualified ESCOs through this SDVOSB set-aside, aiming to add multiple new contractors to the existing IDIQ. Applicants must meet minimum qualifications and evaluation criteria while ensuring compliance with COVID-19 screening requirements. The VA's commitment to energy efficiency improvements drives this procurement process, with the department encouraging interested parties to carefully review the solicitation's amendments. Applicants should submit Volumes 1 to 3 as specified, acknowledging the amendments and adhering to the extended deadline. Key contacts for this opportunity are Nathan Pennington (nathan.pennington@va.gov) and Danielle Mills (Danielle.Mills@va.gov), and the funding amount is approximately $23 million.