FEMA/MWEOC Architect/Engineering IDIQ
ID: 70FA5024R00000001Type: Sources Sought
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFFEDERAL EMERGENCY MANAGEMENT AGENCYNATIONAL CONTINUITY SECTION(CON50)BERRYVILLE, VA, 22611, USA

PSC

ARCHITECT AND ENGINEERING- CONSTRUCTION: OFFICE BUILDINGS (C1AA)
Timeline
    Description

    Sources Sought HOMELAND SECURITY, DEPARTMENT OF is seeking Architect and Engineering services for the Mount Weather Emergency Operations Center (MWEOC) in Mount Weather, VA (zip code: 20135), USA. The services include Master Planning, Regional and Urban Planning, Scope of Work Development, Studies and Surveys, Furniture, Fixtures & Equipment, General and Critical Facilities Commissioning, and Title II Services. The project types include new facilities, additions and annexes, barrier removal, rehabilitation, fire protection, and highways/roads. Interested firms must possess a current/active Defense Counterintelligence and Security Agency (DCSA) Top Secret Facilities Clearance and be licensed to provide professional A/E services in Virginia. Please email FEMA-NCCS-ACQ@fema.dhs.gov by 10/16/2023 with firm name, UEI #, confirmation of Top Secret facilities clearance, and confirmation of license in Virginia.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Sources Sought
    Similar Opportunities
    FEDERAL EMERGENCY MANAGEMENT AGENCY (FEMA) RESILENCE HAZARD MITIGATION TECHNICAL ASSISTANCE PROGRAM (HMTAP) NON-ARCHITECTURAL AND ENGINEERING (NON-A&E) SERVICES
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, through the Federal Emergency Management Agency (FEMA), is seeking contractors to provide Hazard Mitigation Technical Assistance Program (HMTAP) services, specifically non-architectural and engineering services. The procurement involves the issuance of three Indefinite Delivery-Indefinite Quantity (IDIQ) contracts, each designated for different geographic zones across the United States, aimed at enhancing capacity for pre-disaster, during disaster, and post-disaster mitigation efforts. This initiative is crucial for supporting FEMA's mission to improve disaster resilience and compliance with environmental regulations, including flood risk management and assessments. Interested parties must submit proposals by August 19, 2024, with a total estimated funding amount of $1,583,902 for the project, and can direct inquiries to Amanda Lynn Long at amanda.long@fema.dhs.gov or Glen Seipp at glen.seipp@fema.dhs.gov.
    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.
    C--SYNOPSIS A-E Services
    Active
    Energy, Department Of
    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.
    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.
    Mt. St. Helen's Sediment Retention Structure Crest Raise
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is seeking industry input for the "Mt. St. Helen's Sediment Retention Structure Crest Raise" project located in Toutle, Washington. This sources sought notice aims to gather information on the capabilities and qualifications of potential contractors for a Firm-Fixed Price (FFP) contract to raise the crest of the Sediment Retention Structure on the North Fork Toutle River, which is critical for managing sediment flow and maintaining levee protection in the region. The project involves significant construction activities, including mobilization, river diversion, rock excavation, and concrete placement, with an estimated construction value exceeding $10 million. Interested firms must submit their responses by 12:00 PM Pacific Daylight Time on September 20, 2024, to Andrew Sprys at andrew.j.sprys@usace.army.mil, including relevant experience and qualifications.
    Enterprise Acquisition Support Services and Acquisition Support Services
    Active
    Homeland Security, Department Of
    Special Notice: Homeland Security, Department of, Federal Emergency Management Agency (FEMA) is seeking Enterprise Acquisition Support Services and Acquisition Support Services. These services are typically used to provide support for FEMA's acquisition needs. The purpose of this notice is to inform industry that the two requirements, Enterprise Acquisition Support Services and FIMA Resilience Acquisition Support Services, will be consolidated into a single requirement. The consolidation aims to ensure that FEMA receives the necessary services to meet its needs. The procurement will be set aside for small businesses from all socioeconomic backgrounds. The Request for Proposal (RFP) will be issued in February 2024 on GSA MAS NAICS 541611. The requirement will result in a single award Blanket Purchase Agreement (BPA). Interested parties can refer to the attached Draft Performance Work Statement (PWS) and Statement of Objectives (SOO) for both requirements to better understand FEMA's needs. The new requirement will integrate both efforts into a single effort, and a new PWS combining both efforts will be published. The place of performance for this procurement is Washington, DC, with a zip code of 20472, in the United States. For more information, contact Kimber Russell at kimber.russell@fema.dhs.gov.
    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.
    C1MZ--652-24-101 Improve Electrical Distribution (A/E Contract)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified architect-engineering firms to improve electrical distribution at the Richmond VA Medical Center in Virginia. The project aims to enhance emergency power distribution to critical areas such as operating rooms, ICU headwalls, and the Emergency Department, requiring comprehensive design services that include site investigations, schematic design, and construction documentation. This procurement is a Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, with a contract value estimated between $2 million and $5 million, and a design completion period of 280 calendar days following the Notice to Proceed. Interested firms must submit their qualifications via electronic SF 330 forms to Contract Specialist Robert J Ragos by September 27, 2024, and are encouraged to confirm receipt of their submissions.
    438168-CC-24 RSL Room Upgrades
    Active
    Energy, Department Of
    The Department of Energy, through Mission Support and Test Services, LLC (MSTS), is soliciting proposals for the modification of an existing meeting room at the Remote Sensing Laboratory located at JB Andrews, Maryland, under Solicitation No. 438168-CC-24. The selected subcontractor will be responsible for demolition, construction of new wall partitions, installation of an access door, and finishing work, all in compliance with national security standards as outlined in the Technical Specifications for Construction and Management of Sensitive Compartmented Information Facilities. This project is crucial for enhancing facility security and ensuring compliance with federal regulations, with a total small business set-aside to promote participation from small enterprises. Proposals must be submitted electronically by September 19, 2024, with questions directed to Procurement Specialist Corrine Carter at carterce@nv.doe.gov or by phone at (936) 230-0270.
    Moton Field Secure Space
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the procurement, transportation, and installation of a modular building at Moton Field in Jordan. The project entails constructing a 40ft by 45ft facility that will include ten workstations, a Special Access Program compartmented area, and a briefing area capable of handling TS-SCI level classified material, all while adhering to stringent DoD and CENTCOM antiterrorism and force protection requirements. This procurement is critical for enhancing operational capabilities in a secure environment, ensuring compliance with federal regulations regarding Controlled Unclassified Information (CUI). Interested vendors must be U.S. citizens, sign a CUI Non-Disclosure Agreement, and submit proposals by September 9, 2024, with questions due by August 26, 2024. For further inquiries, contact Nelson Sosa at nelson.sosa@us.af.mil or SSgt Joseph Sablan at joseph.sablan.3@us.af.mil.