Indefinite Delivery Indefinite Quantity Architect-Engineer Architectual Services for MCAS Cherry Point
ID: N40085-24-R-2506Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVFACSYSCOM MID-ATLANTICNORFOLK, VA, 23511-0395, USA
Timeline
    Description

    Sources Sought DEPT OF DEFENSE Architect-Engineer Architectual Services for MCAS Cherry Point

    The Department of Defense, specifically the Department of the Navy, is seeking eligible small business architectural firms capable of performing Indefinite Delivery /Indefinite Quantity Architect-Engineer (A-E) Architectural Services for construction, repair, replacement, demolition, alteration, improvements, and Maintenance Execution Projects at Marine Corps Air Station Cherry Point in North Carolina. These services will cover a wide range of architectural and engineering projects for new and existing facilities and systems, utilities, and infrastructure. The target award for this IDIQ contract is anticipated to be $30,000,000. All service-disabled veteran-owned small businesses, certified HUB-Zone small businesses, and certified 8(a) small businesses are encouraged to respond. The contract is expected to be awarded in August 2024. Interested small businesses should submit a brief capabilities statement package demonstrating their ability to perform the requested services.

    Point(s) of Contact
    Files
    Title
    Posted
    Similar Opportunities
    P-226 MAINTENANCE FACILITY AND MARINE AIR GROUP HEADQUARTERS, MARINE CORPS AIR STATION, CHERRY POINT, NORTH CAROLINA
    Active
    Dept Of Defense
    The Department of Defense, through the NAVFAC Mid-Atlantic office, is seeking contractors for the construction of the P-226 Maintenance Facility and Marine Air Group Headquarters at Marine Corps Air Station Cherry Point, North Carolina. This project involves a Design-Bid-Build (DBB) approach to construct a maintenance facility that includes an engine maintenance shop, headquarters administration facility, and associated renovations, alongside site improvements and the demolition of three existing buildings. The contract, valued between $100 million and $250 million, is expected to be awarded in the second quarter of FY25, with proposals due by October 29, 2024. Interested contractors should contact Brittany Cristelli at brittany.cristelli@navy.mil for further information and ensure they are registered in the System for Award Management (SAM) to participate in the bidding process.
    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 office, is seeking qualified architect-engineer firms for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract focused on Mechanical, Electrical, and Plumbing (MEP) services primarily within the Marine Corps Area of Responsibility (AOR). The contract aims to provide multi-discipline engineering services for construction, repair, replacement, demolition, alteration, improvements, and maintenance execution projects at various Marine Corps facilities in North Carolina and South Carolina. With a total contract value not exceeding $60 million over a five-year term, interested firms must submit their qualifications and past performance evaluations by the extended deadline of September 23, 2024. For further inquiries, potential bidders can contact Brittany Cristelli at brittany.cristelli@navy.mil or by phone at 757-341-1978.
    Z--Maintenance and Repair Multiple Award Construction Contracts
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE (DEPT OF THE NAVY) is seeking Maintenance and Repair Multiple Award Construction Contracts primarily at Marine Corps Base Camp Lejeune and Marine Corps Air Station New River, North Carolina and surrounding areas. The contracts will cover a diverse range of general maintenance and repair construction services for small work requirements. These services are typically used to correct or repair situations including structural, mechanical, plumbing, electrical, civil, grounds, road, pavement work, communication systems, new construction, demolition flooring, painting, etc. The estimated project size is between $5,000 - $150,000, but projects of lower or higher value may be issued. The buildings and facilities that require maintenance and repair include administrative, industrial, warehouses, maintenance, communications, schools/training/education, personnel support, recreational, food services, training areas/ranges, roads, systems, utility infrastructure, etc. The work will primarily be performed at Marine Corps Base Camp Lejeune, with the possibility of work in other areas within NAVFAC Mid-Atlantic's AORs. This procurement is a 100 percent small business set-aside and will utilize FAR Part 15 Contracting by Negotiation. The contract term will be a base period of one year plus four option years. The completion date for the seed project is 120 days after award. Interested offerors can view and download the solicitation and any attachments at https://www.neco.navy.mil/ when it becomes available. Offerors are required to submit a bid bond of $3,000,000/20% of the amount for Davis Bacon Act (DBA) work. This procurement was set aside for small businesses based on market research analysis and the concurrence of the NAVFAC Mid-Atlantic small business office.
    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.
    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.
    DRAFT SYNOPSIS - MATOC for Architect-Engineering (A/E) Services for FSRM and MILCON Title I and Title II projects at Andersen AFB
    Active
    Dept Of Defense
    The U.S. Air Force seeks small business architect-engineering (A-E) firms to provide services for Facility Sustainment, Restoration, and Maintenance (FSRM), and Military Construction (MILCON) projects primarily based at Andersen Air Force Base in Guam, under a multiple award task order contract (MATOC). With a total contract ceiling of $930 million, the goal is to award contracts to around six small businesses for a ten-year period. The scope of work involves A-E services for the renovation, repair, or replacement of DoD facilities, as well as planning and design support for new construction projects. This includes project management, engineering, architectural design, and construction inspection across various facility types. The focus is on firms' specialized experience, technical capabilities, professional qualifications, local knowledge, and capacity to execute the work. Firms must demonstrate these capabilities by submitting Standard Form 330 (SF330) responses, which should showcase their expertise, resources, and relevant past performance. Key personnel for each discipline must possess appropriate licensure and experience, especially in projects involving reinforced concrete, tropical environments, and sensitive facilities. To participate, applicants must meet the eligibility criteria outlined in the SF330 form, which includes specific qualifications and experience requirements. The Air Force encourages small businesses to apply and will evaluate applicants based on their specialized experience, technical competence, qualifications, local knowledge, past performance, and capacity. The anticipated contract type is an Indefinite Delivery Indefinite Quantity (IDIQ) MATOC, with a potential ceiling value of $10 million per awardee. Firms interested in this opportunity must submit their SF330 packages by the deadline stated in the formal synopsis, expected to be issued in August 2024. For clarification and Q&A, potential applicants can refer to the provided spreadsheet and attend an industry briefing via Microsoft Teams on August 1, 2024. The Air Force will provide further details and respond to questions during this session. The primary point of contact for this opportunity is Ms. Brindle T. Summers, Contracting Officer, reachable at brindle.summers@us.af.mil, with Mr. Brian Bosworth, Support Contracting Officer, and Ms. Jean Stevens, Contract Specialist, as secondary points of contact. This draft synopsis is an initial step in the procurement process, and the Air Force plans to issue a formal solicitation in the near future, outlining key dates and requirements.
    Y--firm-fixed-price (FFP) Design-Build/Design-Bid-Build (DB/DBB) Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC), MCB CamLej, MCAS Cherry Point and MCAS New River
    Active
    Dept Of Defense
    Presolicitation notice from the Department of Defense, Department of the Navy, and NAVFACSYSCOM MID-ATLANTIC for a Firm-Fixed-Price (FFP) Design-Build/Design-Bid-Build (DB/DBB) Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC). The contract aims to assist in the execution of the FY2019 through FY2021 Military Construction (MILCON) program and address the extensive damage caused by Hurricane Florence in September 2018. The contract will cover construction projects primarily in the Marine Corps Base Camp Lejeune, Marine Corps Air Station Cherry Point, and Marine Corps Air Station New River areas of responsibility. The projects will include new construction, demolition, repair, alteration, and renovation of various types of facilities such as administrative, industrial, maintenance, warehouses, communications, personnel support, recreation, lodging, medical, training, ranges, and roads. The contract will have a duration of one year with four one-year option periods and a total estimated construction cost not to exceed $975,000,000. The solicitation will be issued on or about May 13, 2019, and will be listed as N40085-19-R-9048 on the Navy Electronic Commerce Online website (NECO). Prospective offerors must be registered in the System for Award Management (SAM) to do business with the federal government. For more information, contact Holly Snow at holly.snow@navy.mil.
    SOURCES SOUGHT NOTICE FOR INDEFINITE-DELIVERY, INDEFINITE-QUANTITY (IDIQ) DESIGN-BUILD (DB) AND DESIGN-BID-BUILD (DBB) FIRE PROTECTION MULTIPLE AWARD CONSTRUCTION CONTRACT (MACC)
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command Southeast (NAVFAC SE), is seeking qualified contractors for an Indefinite-Delivery, Indefinite-Quantity (IDIQ) Design-Build (DB) and Design-Bid-Build (DBB) Fire Protection Multiple Award Construction Contract (MACC) primarily focused on fire protection installation and repairs. The contract will encompass a range of services including the installation of fire suppression systems, fire alarm systems, and life safety system renovations across various states including Florida, Georgia, and Texas, with an anticipated total value of $99 million over a base year and four option years. Interested parties, particularly small businesses and those with specific certifications, must submit their qualifications and relevant project experience by 3:00 PM Eastern Time on September 5, 2024, to Matthew Abbott at the provided email address, ensuring all submissions adhere to the specified guidelines.
    Y--8(a) Set-Aside Design-Build/Design-Bid-Build Indefinite Delivery Indefinite Quantity (IDIQ)Firm Fixed Price Multiple Award Construction Contract (MACC)
    Active
    Dept Of Defense
    Presolicitation notice from the Department of Defense, Department of the Navy, NAVFACSYSCOM MID-ATLANTIC office, for an 8(a) set-aside Design-Build/Design-Bid-Build Indefinite Delivery Indefinite Quantity (IDIQ) Firm Fixed Price Multiple Award Construction Contract (MACC). The contract is primarily for construction projects in support of Air Station Oceana, Joint Expeditionary Base Little Creek-Ft. Story, and Naval Air Station Yorktown in the Hampton Roads area, Virginia. The projects will include general building type projects such as new construction, demolition, repair, alteration, and renovation of buildings, systems, and infrastructure. The facilities to be constructed include administrative, industrial, maintenance, warehouses, hangars, communications, personnel support, recreation, lodging, dormitory, medical, training, ranges, and roads. The contract is limited to certified 8(a) firms and has a duration of one year with four one-year option periods. The estimated construction cost for all contracts is not to exceed $95,000,000. The NAICS Code is 236220. The Request for Proposal (RFP) will be issued in November 2017.
    CHILLER REPLACEMENT BLDGS A66, FC292, H23, HP561, 407, RR120, M457, M458, HP237
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the replacement of chillers at multiple buildings within Marine Corps Base Camp Lejeune, North Carolina. The project, identified as "Chiller Replacement BLDGS A66, FC292, H23, HP561, 407, RR120, M457, M458, HP237," aims to modernize HVAC systems by installing energy-efficient chillers while ensuring minimal disruption to ongoing operations. This initiative is crucial for maintaining operational efficiency and compliance with environmental standards, as it involves advanced technologies and adherence to the Buy American Act. Interested contractors must be pre-approved Mechanical MACC Contractors and submit their proposals by September 11, 2024, with an estimated project cost ranging from $1,000,000 to $5,000,000. For further inquiries, contractors can contact Jessica Huebner at jessica.r.huebner.civ@us.navy.mil or Lauren Loconto at lauren.f.loconto.civ@us.navy.mil.