Market Research for Architect-Engineer Services for MILCON Civil Projects and Other Civil Projects at Various Locations, Naval Facilities Engineering Systems Command (NAVFAC) Hawaii Areas
ID: N62478CON33FY2401Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVFACSYSCOM HAWAIIPEARL HARBOR, HI, 96860-3139, USA

PSC

ARCHITECT AND ENGINEERING- GENERAL: LANDSCAPING, INTERIOR LAYOUT, AND DESIGNING (C211)
Timeline
    Description

    Sources Sought DEPT OF DEFENSE DEPT OF THE NAVY is seeking market research for Architect-Engineer Services for MILCON Civil Projects and Other Civil Projects at Various Locations, Naval Facilities Engineering Systems Command (NAVFAC) Hawaii Areas. This service is typically used for landscaping, interior layout, and designing. The place of performance is JBPHH, HI 96860, USA. The primary contact for this procurement is Jennifer Lau (jennifer.m.lau2.civ@us.navy.mil, 808-474-8208). The secondary contact is Alice Mende (alice.s.mende.civ@us.navy.mil, 808-474-2365). The response date for this notice is Tuesday, October 31, 2023 at 12:00 PM HST.

    Files
    Title
    Posted
    Similar Opportunities
    INDEFINITE DELIVERY/INDEFINITE QUANTITY CONTRACT FOR ARCHITECT-ENGINEER SERVICES FOR ARCHITECTURAL PROJECTS AT VARIOUS LOCATIONS UNDER THE COGNIZANCE OF NAVAL FACILITIES ENGINEERING SYSTEMS COMMAND, PACIFIC
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command, Pacific, is seeking qualified architect-engineer firms for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract focused on architectural projects at various locations. The contract aims to provide multi-discipline architect-engineer services, with a total maximum fee of $249 million over a base period of one year and four optional years, emphasizing the importance of sustainable design practices and small business participation. Interested firms must submit an SF 330 form by June 3, 2025, and will be evaluated based on their specialized experience, qualifications of key personnel, and past performance, with a guaranteed minimum fee of $10,000. For further inquiries, interested parties can contact Wanda L. Okemura at wanda.okemura@navy.mil or Erik Torngren at erik.s.torngren.civ@us.navy.mil.
    M--Operation of Government-Owned Facilities
    Buyer not available
    Presolicitation notice from the DEPT OF DEFENSE, DEPT OF THE NAVY is seeking operation services for government-owned facilities. This service is typically used for the management and maintenance of these facilities. The place of performance is Joint Base Pearl Harbor-Hickam, Pearl Harbor, Hawaii. The notice is set aside for Total Small Business Set-Aside. For more information, contact Kristen Moody at 808-473-7500 or kristen.moody@navy.mil.
    Recruiting Station-Navy Career center, Kailua-Kona, Hawaii
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting lease proposals for a Navy Recruiting Center in Kailua-Kona, Hawaii, requiring a retail storefront space of 650 to 1,000 gross rentable square feet. The lease will span five years and includes government termination rights, with the space needing to accommodate parking for a government vehicle and meet specific operational requirements such as 24-hour access and communication infrastructure. This procurement is vital for establishing a functional recruiting center that supports military operations and community engagement. Interested parties must submit their proposals electronically by March 1, 2025, to Amy L. Capwell at amy.capwell@usace.army.mil, and ensure compliance with all outlined specifications and requirements.
    Kaneohe Bay MCBH Commissary DeCA Existing Building Commissioning (EBCx) – Refrigeration, HVAC and Lighting
    Buyer not available
    The Defense Commissary Agency (DeCA) is seeking qualified architect-engineer firms to provide Existing Building Commissioning (EBCx) services for refrigeration, HVAC, and lighting upgrades at the Kaneohe Bay Commissary in Hawaii. The contract aims to enhance operational efficiency by ensuring that the building systems meet military and industry standards, requiring the appointed Commissioning Authority to supply all necessary resources for project completion. This initiative underscores the agency's commitment to improving the functionality of military commissaries through upgraded building systems. Interested firms must express their intent to participate by contacting Andrew Prokop or Troy Banks by April 28, 2025, as the selection process will adhere to federal acquisition regulations.
    INDEFINITE DELIVERY/INDEFINITE QUANTITY CONTRACT FOR ARCHITECT-ENGINEER SERVICES FOR UTILITY ENGINEERING, UTILITY INFRASTRUCTURE MANAGEMENT, UTILITY OPERATION AND MAINTENANCE, AND UTILITY MANAGEMENT SERVICES WORLDWIDE
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Systems Command Atlantic (NAVFACSYSCOM ATLANTIC), is seeking qualified architect-engineer firms for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract focused on utility engineering, infrastructure management, operation and maintenance, and management services worldwide. The contract aims to provide essential services related to utility systems, including electricity, water, wastewater, and natural gas, with a total potential fee of $80 million and a guaranteed minimum of $10,000 over a one-year base period plus four optional years starting in February 2026. Interested firms must demonstrate their qualifications through a completed SF 330 form, highlighting their specialized experience and commitment to small business subcontracting, with final submissions due by May 16, 2025. For further inquiries, potential bidders can contact Jamie Oyelowo at jamie.l.oyelowo.civ@us.navy.mil or Edward Flint at edward.d.flint.civ@us.navy.mil.
    Brand Name Supplies and Installation - Joint Base Pear Harbor-Hickam, Hawaii (JBPHH)
    Buyer not available
    The Department of Defense, through the Naval Information Warfare Center (NIWC) Pacific, is seeking competitive quotes for brand name supplies and installation services at Joint Base Pearl Harbor-Hickam, Hawaii. The procurement involves specific security system components, including enclosures, controllers, and installation services, all of which must be sourced from designated manufacturers to ensure compliance with technical specifications. This contract is a Total Small Business Set-Aside, emphasizing the importance of supporting small businesses in defense-related procurements. Interested vendors must submit their quotes by April 28, 2025, with all inquiries directed to Contract Specialist Martin D. Mejia at martin.d.mejia.civ@us.navy.mil.
    Architect-Engineer (A/E) Services For Long-Range Planning
    Buyer not available
    The Department of Defense, specifically the Naval Air Warfare Center, is soliciting qualified architect-engineer firms to provide long-range planning services. The procurement aims to secure engineering services under NAICS code 541330, focusing on production engineering as outlined in PSC code C215. These services are critical for the strategic planning and development of projects at the NAWCWD facility in China Lake, California. Interested firms should note that there is no downloadable Request for Proposal package; all necessary information for submitting the SF-330 document is included in the solicitation. For further inquiries, potential bidders can contact Seunghwa Lee at seunghwa.t.lee.civ@us.navy.mil or Helen Xiong at helen.n.xiong.civ@us.navy.mil.
    Civil Engineering Services Pacific (CESPAC) - Pre-Solicitation Industry Feedback
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking feedback from qualified 8(a) contractors for Civil Engineering Services under the pre-solicitation notice FA521525R0003. The procurement aims to establish a Multiple Award Contract Indefinite Delivery Indefinite Quantity (MAC IDIQ) to support Pacific-wide engineering services, primarily for PACAF engineer units, with an anticipated ceiling of $400 million. This opportunity emphasizes the importance of technical experience and compliance with federal regulations, as proposals will be evaluated based on the Highest Technically Rated Offerors (HTRO) methodology. Interested parties are encouraged to submit their comments and questions regarding the draft solicitation by May 8, 2025, to the designated contact at 766ess.pkz.cespac@us.af.mil.
    Architectural & Engineering Services in Support of Real Property Planning, Programming & Management Support IV
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking qualified architectural and engineering firms to provide comprehensive support for real property planning, programming, and management. The objective of this procurement is to gather market information to identify firms capable of delivering services such as facility assessments, master planning, asset management, and economic analyses for various military and government installations worldwide, with an estimated total program capacity of $550 million. These services are crucial for ensuring effective facility management and compliance with federal regulations across both domestic and international sites. Interested firms must submit their qualifications and relevant experience by May 5, 2025, via email to the designated contacts, Jasmine McCullough and LaShonda Smith, as no hardcopy submissions will be accepted.
    Sources Sought: Natural Resources Services for NAVFAC SW
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Systems Command Southwest (NAVFAC SW), is conducting a Sources Sought announcement to identify qualified small businesses for potential contracts related to natural resources services across several western states, primarily California. The Navy seeks to gather information on businesses capable of providing a range of environmental studies and management services, including botanical and wildlife surveys, wetlands delineations, biological monitoring, and the development of natural resource management plans. This opportunity is crucial for ensuring effective management of military lands and resources, with an expected contract value of approximately $100 million over a period of up to eight years. Interested parties, particularly those classified as SBA-certified 8(a), HUBZone, Economically Disadvantaged Women-Owned, and Service-Disabled Veteran-Owned Small Businesses, must submit their responses by April 30, 2025, and can contact Kevin Magennis or Eunjew Dame for further information.