INDEFINITE DELIVERY INDEFINITE QUANTITY CONTRACT FOR ARCHITECT-ENGINEER SERVICES FOR VARIOUS ELECTRICAL ENGINEERING PROJECTS AND RELATED SERVICES AT VARIOUS LOCATIONS IN ALL AREAS UNDER COGNIZANCE OF NAVAL FACILITIES ENGINEERING COMMAND, PACIFIC
ID: N62742-24-R-0001Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVFACSYSCOM PACIFICJBPHH, HI, 96860-3134, USA

NAICS

Engineering Services (541330)

PSC

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

    The Department of Defense, through the Naval Facilities Engineering Command Pacific (NAVFAC Pacific), is seeking qualified architect-engineer firms for an Indefinite Delivery Indefinite Quantity (IDIQ) contract to provide multi-discipline architect-engineer services for various electrical engineering projects. The contract will encompass a range of services including engineering studies, preparation of contract documents, and post-construction services, with a total contract value not exceeding $249 million over a base period of one year and four optional years. This procurement is crucial for supporting electrical facility projects across various locations, primarily within the Pacific region, and aims to enhance the capabilities of the Navy's infrastructure. Interested firms must submit their qualifications via the SF-330 form by 2:00 PM Hawaii Standard Time on September 12, 2024, and can direct inquiries to Michelle Gopwani-Lee at michelle.m.gopwani-lee.civ@us.navy.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The NAVFAC/USACE Past Performance Questionnaire (PPQ-0) is a critical form utilized to assess a contractor's performance on government contracts. It requires contractors to provide essential details such as company information, project specifics, and contract history. Clients, usually project managers or contract officers, need to evaluate the contractor based on predefined categories, including quality, performance timeliness, customer satisfaction, management efficacy, cost management, safety, and overall compliance with contractual terms. Each category includes a rating system from Exceptional to Unsatisfactory. The questionnaire promotes direct communication between clients and NAVFAC, encouraging clients to submit their assessments directly back to the contractor or NAVFAC. The document emphasizes accurate reporting, as the government reserves the right to verify all information provided. By guiding clients through the evaluation process, the PPQ-0 enables the government to gauge contractor reliability and performance effectively, which is crucial in the procurement process for federal grants and contracts.
    The Small Business Subcontracting Plan is a formal document required for large businesses participating in federal contracting, ensuring compliance with FAR regulations. It outlines the contractor's strategy for achieving subcontracting goals for various categories of small businesses, including Small Disadvantaged Businesses (SDB), Women-Owned Small Businesses (WOSB), HUBZone Small Businesses, Veteran-Owned Small Businesses (VOSB), and Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The plan specifies total contract value, anticipated subcontract amounts, and the distribution among different small business categories. It mandates methods for identifying subcontractors, assessing capabilities, ensuring equitable opportunities, and methods for soliciting support from small business communities. The plan also includes provisions for reporting subcontracting achievements, monitoring compliance, and maintaining records to document efforts and outcomes. Lastly, it emphasizes the contractor's accountability to ensure timely payments and the right treatment of small business subcontractors, maintaining transparency throughout the procurement process. This subcontracting plan serves as a vital tool for federal agencies to promote small business participation in government contracts.
    The document serves as a Small Business Subcontracting Record required for federal contracts, detailing the achievements in subcontracting work by a company. It outlines a structured format for reporting actual subcontracted dollar values in various categories, including those related to small businesses and other concerns. Each reporting section states whether the contract is prime or subcontract, identifies if a subcontracting plan is required, and requires the completion date and contract values. The format includes distinct categories for small business concerns (such as Small Disadvantaged Business, Women-Owned Small Business, HUBZone Small Business, and Veteran-Owned entities) alongside Other Than Small Business concerns. Each section mandates the reporting of both the dollar amount and percentage achieved against established goals, if any. The document aims to facilitate compliance with federal regulations promoting small business participation in government contracts, ensuring transparency and accountability in subcontracting practices. Overall, it highlights the federal government's dedication to supporting small business growth and development within the defense procurement ecosystem.
    The document outlines the Small Business Participation and Commitment Strategy required for federal solicitations and contracts. It is structured to capture both planned subcontracting and self-performed work to promote small business engagement in government projects. Key components include estimations for subcontracting values, details on services/products, and the breakdown of various categories of small businesses such as Small Disadvantaged Businesses (SDB), Women-Owned Small Businesses (WOSB), HUBZone enterprises, Veteran-Owned Small Businesses (VOSB), Service-Disabled Veteran-Owned Small Businesses (SDVOSB), and AbilityOne Program organizations. The contract level performance summary details the overall performance in monetary terms and as a percentage of total contract value across base years and options. The document emphasizes the importance of supporting small and disadvantaged businesses in federal procurements, aiming to enhance inclusivity and stimulate economic growth within diverse communities. Clearly defined expectations and percentages ensure transparency and accountability, fostering a commitment to uphold government objectives in subcontracting practices.
    The government document N62742-24-R-0001 outlines responses to inquiries regarding submission requirements for a solicitation related to small business subcontracting. It clarifies that specific attachments, such as the Small Business Subcontracting Plan and associated records, do not count towards the 75-page limit required for proposals. It addresses the expectation for subcontracting information, confirming that firms should report this data only for the overarching contracts tied to individual projects. Additionally, it states that projects completed after the date of the notice but before submission are not considered relevant and ensures that font restrictions do not apply to graphical elements in submissions. This document is crucial for potential bidders as it delineates requirements and clarifications that affect the preparation of their proposals in compliance with federal contracting standards. By providing precise guidelines, the document aims to enhance understanding and improve the quality of proposals received.
    Similar Opportunities
    INDEFINITE DELIVERY/INDEFINITE QUANTITY (IDIQ) ARCHITECT AND ENGINEERING (AE) SERVICES CONTRACT FOR MECHANICAL AND ELECTRICAL DESIGN AND ENGINEERING SERVICES WITHIN NAVFAC MID-ATLANTIC REGION PRIMARILY FOR HAMPTON ROADS AREA OF RESPONSIBILITY (HR AOR)
    Active
    Dept Of Defense
    The Department of Defense, through the NAVFAC Mid-Atlantic office, is seeking qualified small businesses to provide Indefinite Delivery/Indefinite Quantity (IDIQ) architect-engineer services focused on mechanical and electrical design within the Hampton Roads area of Virginia. The procurement aims to secure specialized design and engineering services to support various federal construction projects, with a total contract value of approximately $40 million over five years. This initiative underscores the government's commitment to enhancing local engineering capabilities and infrastructure modernization efforts. Interested firms must submit their proposals electronically via the PIEE Solicitation Module by September 19, 2024, and can direct inquiries to Kristy Gerrek at kristy.gerrek@navy.mil or Amanda Bricker at amanda.bricker@navy.mil.
    ENVIRONMENTAL RESTORATION A-E, NAVFAC NW
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC) Northwest, is seeking qualified architect-engineering firms to provide environmental restoration services under a firm fixed-price Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract. The contract, with a maximum potential value of $50 million over a five-year term, aims to address various environmental restoration projects primarily in Washington, but also across several states including Alaska, Idaho, and Montana. Interested firms, particularly certified small businesses such as HUBZone, 8(a), SDVOSB, and Woman-Owned entities, must submit a capabilities statement detailing their experience, personnel qualifications, and capacity to perform the required services by September 18, 2024. For further inquiries, interested parties can contact Charlie McAvoy at charles.l.mcavoy.civ@us.navy.mil or Kimberly A. Gillette at kimberly.a.gillette4.civ@us.navy.mil.
    IDIQ Contract for A-E MEP Services Primarily Located in the Marine Corps AOR
    Active
    Dept Of Defense
    The Department of Defense, through the NAVFAC Mid-Atlantic, is seeking qualified architect-engineer firms to provide multi-discipline mechanical, electrical, and plumbing (MEP) services under an Indefinite Delivery/Indefinite Quantity (IDIQ) contract primarily located in the Marine Corps Area of Responsibility (AOR) in North Carolina and South Carolina. The contract, which is set aside for small businesses, aims to support construction, repair, and maintenance projects with a total fee not exceeding $60 million over a five-year term, with a guaranteed minimum of $5,000. Services will include design, investigative, and construction support for various military facilities, emphasizing the importance of specialized experience and qualifications in relevant engineering disciplines. Interested firms must submit their qualifications via Standard Form SF 330 by September 23, 2024, with inquiries directed to Brittany Cristelli at brittany.cristelli@navy.mil.
    C1DA--VISN 1 Engineering Services Multiple Award IDIQ Request for Qualifications (SF-330)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified engineering firms to provide professional engineering services through a Multiple Award Indefinite-Delivery Indefinite-Quantity (IDIQ) contract for facilities located within the Veterans Integrated Service Network 1 (VISN-1). The objective is to secure comprehensive engineering services, including planning, design, and construction management for various projects, with individual task orders valued between $2,000 and $5,000,000, and a total contract capacity of $10 million over five years. These services are crucial for maintaining and upgrading the infrastructure of VA medical centers, ensuring compliance with federal standards and enhancing the quality of care for veterans. Interested firms must submit their qualifications via SF 330 forms by 4:00 PM EST on October 21, 2024, and can direct inquiries to Contract Specialist Paige Pearson at paige.pearson@va.gov.
    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.
    PACIFIC DETERRENCE INITIATIVE MULTIPLE AWARD CONSTRUCTION CONTRACT, VARIOUS LOCATIONS, INDO-PACIFIC
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Pacific (NAVFAC Pacific), is soliciting proposals for the Pacific Deterrence Initiative Multiple Award Construction Contract (PDI MACC) aimed at supporting various construction projects across the Indo-Pacific region. This procurement seeks to award multiple Indefinite Delivery Indefinite Quantity (IDIQ) contracts, with a total value of up to $15 billion, for a range of construction services including design-build and renovation of military facilities such as wharves, runways, and fuel storage. The initiative underscores the U.S. government's commitment to enhancing military infrastructure and readiness in strategic locations, with task orders expected to range from $20 million to $2 billion. Interested contractors must submit their proposals by September 25, 2024, and can direct inquiries to Jennifer Hue at jennifer.m.hue.civ@us.navy.mil or Erin Hoe at erin.y.hoe.civ@us.navy.mil.
    C--NORTHEAST and NATIONAL CAPITAL REGION IDIQ MULTI-DISCIPLINARY AE DESIGN SERVICES
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service (NPS), is seeking qualified architect-engineer firms to provide multi-disciplinary design services via an Indefinite Quantity contract for various projects in the Northeast and National Capital Region. The anticipated contract will encompass a broad range of services, including historic preservation, engineering, environmental planning, and project management, with a maximum contract value of $100 million over five years. This opportunity is crucial for supporting the NPS's mission to maintain and enhance national parks and related sites, ensuring compliance with federal regulations and standards. Interested firms must demonstrate their ability to self-perform at least 50% of the work and submit their qualifications by September 17, 2024, with a solicitation expected to be released in Spring 2025. For further inquiries, contact Bai Perney at baiperney@nps.gov or call 303-987-6766.
    A&E Services Full and Open Airfield Electrical Distribution Study
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified architect-engineering firms to conduct a comprehensive airfield electrical distribution study at Vance Air Force Base in Oklahoma. The objective of this firm-fixed-price contract is to evaluate the existing electrical distribution system, assess its impact on airfield operations, and provide recommendations for modernization and repair to enhance safety for maintenance personnel and aircraft navigation. This study is crucial for ensuring the functionality and safety of the airfield's electrical infrastructure, which supports various operations including taxiing and takeoff. Interested firms must submit their qualifications using the SF330 form by September 18, 2024, at 11:00 AM CST, and can direct inquiries to Shari Lamunyon at shari.lamunyon.ctr@us.af.mil.
    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, through 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 procurement aims to enhance project efficiency and effectiveness by leveraging expert engineering services, which are critical for the successful execution of military infrastructure projects. Proposals are now due by 11:00 AM EST on 02 October 2024, following an extension from the original deadline, and interested firms can direct inquiries to primary contact Yubaraj Rasaily at yubaraj.rasaily@usace.army.mil or secondary contact Sherry Rhoden at sherry.s.rhoden@usace.army.mil.