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
    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.
    M--Operation of Government-Owned Facilities
    Active
    Dept Of Defense
    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.
    Professional Services to support Naval Facilities Engineering Systems Command's (NAVFAC) Atlantic and Pacific (CONUS and OCONUS, worldwide) Area of Responsibility to assist in the management of the Navy’s electric, civil, and mechanical utility systems.
    Active
    Dept Of Defense
    Sources Sought notice from the DEPT OF DEFENSE, DEPT OF THE NAVY, and NAVFACSYSCOM ATLANTIC is seeking professional services to support Naval Facilities Engineering Systems Command's (NAVFAC) Atlantic and Pacific Area of Responsibility (AOR). The services will assist in the management of the Navy's electric, civil, and mechanical utility systems. The notice is for N62470-24-R-0053 and is open for interested parties to respond.
    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 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 critical for enhancing the efficiency and effectiveness of public works services, ensuring compliance with regulations, and promoting small business participation through subcontracting commitments. Proposals are due by 2:00 PM on October 2, 2024, and interested parties can contact Weston Polen at weston.c.polen.civ@us.navy.mil or Amber Forehand-Hughes at amber.l.forehand-hughes.civ@us.navy.mil for further information.
    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 acquire specialized design and engineering services to support various federal construction projects, emphasizing the importance of quality control, project management, and compliance with federal and regional regulations. The contract is valued at approximately $40 million over five years, with a guaranteed minimum of $5,000, and interested firms must submit their proposals electronically via the PIEE Solicitation Module by September 9, 2024. For further inquiries, potential bidders can contact Kristy Gerrek at kristy.gerrek@navy.mil or Amanda Bricker at amanda.bricker@navy.mil.
    C--HI MIDWAY ATOLL NWR OWNER'S REP
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking proposals for architectural engineering services as an Owner's Representative for the Midway Atoll National Wildlife Refuge in Hawaii. The project aims to enhance or construct protective features for the inner harbor and repair the seawall, emphasizing the federal government's commitment to environmental protection and infrastructure maintenance within wildlife refuges. Interested contractors must be registered in the System for Award Management (SAM) and will be evaluated based on their technical approach, past performance, and capabilities. The detailed solicitation package will be available on SAM.gov on September 18, 2024, and inquiries should be directed to JoAnn Mallory at joannmallory@fws.gov or by phone at 404-679-7274.
    Vertical Transportation Equipment (VTE) Maintenance and Repair Services, Various Locations, Oahu, Hawaii
    Active
    Dept Of Defense
    The US Department of Defense, Department of the Navy, is seeking maintenance and repair services for vertical transportation equipment (VTE), primarily elevators, escalators, and handicapped lifts, at various locations across Oahu, Hawaii. The work involves ensuring the safe and functional operation of these systems. State-licensed elevator mechanics, certified by NEIEP or NAEC, are required to perform the work. The contract, with a base period of 12 months and four potential one-year extensions, aims to maintain and repair VTE to high safety standards. The contractor must respond swiftly to emergency service orders and adhere to AMSE standards for maintenance. Recurring and non-recurring work is included, ranging from trouble calls to unit-priced labor and material testing. This procurement, with an estimated value of over $1M for the base period, will be conducted through the DoD's Procurement Integrated Enterprise Environment (PIEE) platform. Vendors must register on PIEE to access the solicitation and submit proposals. The proposal includes a non-price section, focusing on corporate experience, safety, and past performance, and a price proposal. The PIEE Solicitation Module Vendor Access Instructions guide explains the registration process for vendors, ensuring they can access and respond to the solicitation efficiently. The guide details the steps for new and existing users to navigate the PIEE platform effectively. Interested parties should contact Julie Shimoda at julie.m.shimoda.civ@us.navy.mil or 808-474-9841 for further information.
    Z--Whole House Revitalization of Ume Tower, Bldg 5024, U.S. Fleet Activities Sasebo, Japan.
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking a contractor for the Whole House Revitalization of Ume Tower, Bldg 5024, U.S. Fleet Activities Sasebo, Japan. This project involves the renovation of the existing Family Housing Hirise Building, including replacement of interior finishes, lighting, HVAC systems, bathrooms, and laundry rooms, as well as repairs to kitchen and common spaces. The contractor must be authorized to operate in Japan and comply with all local laws and regulations. The estimated magnitude of this construction project is between $10,000,000 and $25,000,000 USD. The work must be completed within 620 calendar days after the date of award. Interested offerors can find more information on the Federal Business Opportunities (FBO) website. Registration with the System for Award Management (SAM) is required to receive a government contract award.
    Sources Sought - USACE - POHMMRP
    Active
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE) is conducting market research for the Military Munitions Response Program (MMRP) and is seeking responses from small businesses for a potential Multiple Award Task Order Contract (MATOC) for the Honolulu District. The procurement aims to establish Indefinite Delivery/Indefinite Quantity (IDIQ) contracts to provide Environmental Compliance and Remediation Services (ECRS) and other munitions-related services necessary for safe land and water use. This initiative is crucial for ensuring environmental safety and compliance in areas affected by conventional munitions. Interested parties can contact Keiara Roberson at keiara.d.roberson@usace.army.mil or Kijafa Johnson-Cooper at kijafa.t.johnson-cooper@usace.army.mil for further information. The total program capacity for all awarded contracts is estimated at $46 million, with a contract duration of five years, including a 24-month base period and two option periods.
    Horizontal Lifelines Service
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVFACSYSCOM Hawaii, is soliciting proposals for a service contract focused on the routine annual maintenance, inspection, and recertification of Horizontal Lifelines. This contract will not cover any corrections or repairs to the Horizontal Lifelines, which will be addressed separately. The maintenance of these systems is crucial for ensuring safety and compliance in various operational environments. Interested vendors can reach out to Jenna Inaba at jenna.m.inaba.civ@us.navy.mil or call 808-471-4557 for further details regarding the solicitation.