PROFESSIONAL ENGINEERING SERVICES FOR POST AWARD DESIGN AND CONSTRUCTION SERVICES OF DESIGN-BID-BUILD AND DESIGNBUILD PROJECTS FOR DISASTER RECOVERY REPAIRS AT PENSACOLA, FLORIDA AND MAINTENANCE FACILITY AND HANGAR RENOVATIONS AT CORPUS CHRISTI, TEXAS.
ID: N69450-25-R-0050Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVFACSYSCOM SOUTHEASTNAS JACKSONVILLE, FL, 32212-0030, USA
Timeline
    Description

    The Department of Defense, through the Naval Facilities Engineering Systems Command Southeast, is seeking qualified firms to provide professional engineering services for post-award design and construction related to disaster recovery repairs in Pensacola, Florida, and maintenance facility and hangar renovations in Corpus Christi, Texas. The procurement aims to engage firms with relevant experience in disaster recovery, requiring them to demonstrate their capabilities and past performance in a market research questionnaire. This initiative is crucial for ensuring the effective restoration and renovation of military facilities, with a contract value anticipated to range from $10 million to $150 million, covering services from fiscal year 2025 to 2028. Interested firms must submit their responses by March 11, 2025, and can contact Donald S. Quince at Donald.s.quince.civ@us.navy.mil or by phone at 904-542-6685 for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The Naval Facilities Engineering Systems Command Southeast is conducting a sources sought market survey for professional engineering services related to post-award design and construction for disaster recovery repairs in Florida and hangar renovations in Texas. This initiative is not a solicitation for proposals but intends to gauge interest and capabilities among firms for a fixed-price contract ranging from $10 million to $150 million, with expected services from FY 2025 to 2028. The projects, which will be based at NAS Pensacola and Corpus Christi Army Depot, involve extensive repairs and renovations to various facilities, including structural and environmental assessments. Interested firms must have relevant experience, particularly in disaster recovery, and must adhere to stringent qualifications and personnel requirements, including engineers and architects with necessary certifications. The survey includes a market research questionnaire requiring potential contractors to detail their capabilities and past relevant experience. Responses are due by March 11, 2025.
    Similar Opportunities
    INDEFINITE DELIVERY/INDEFINITE QUANTITY CONTRACT FOR ARCHITECT-ENGINEER SERVICES FOR FACILITIES MANAGEMENT AND SUSTAINMENT SUPPORT PREDOMINANTLY IN THE NAVAL FACILITIES ENGINEERING SYSTEMS COMMAND ATLANTIC AREA OF OPERATIONS, BUT ALSO 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 facilities management and sustainment support. The contract, estimated at $90 million over a five-year period, will involve tasks such as facility assessments, engineering studies, and maintenance planning to support the Navy’s Sustainment, Restoration, and Modernization (SRM) Program. This procurement is crucial for enhancing infrastructure management capabilities within the NAVFAC Atlantic area and beyond, promoting competition among firms while ensuring small business participation through a detailed subcontracting plan. Interested parties must submit their qualifications electronically by March 27, 2025, and can direct inquiries to Star Hanchey at star.m.hanchey.civ@us.navy.mil or Edward Flint at edward.d.flint.civ@us.navy.mil.
    Z--Repair Runway Pavement and Lighting Sherman Field at Naval Air Station Pensacola, FL.
    Buyer not available
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking Repair Runway Pavement and Lighting services at Sherman Field, Naval Air Station Pensacola, FL. The proposed repairs include major electrical vault repair, electrical infrastructure work, grade correction, pavement mill and overlay, airfield lighting, signage and marking for up to two taxiways, and reconfiguration of the main airfield apron. The completion time for this contract is 540 calendar days after award. The estimated project magnitude is between $25,000,000 and $100,000,000. The solicitation will be listed as N69450-16-R-0626 on the Navy Electronic Commerce Online website (NECO) and Federal Business Opportunities (FedBizOpps). A Pre-Proposal Conference and Site Visit will be held. Proposals will be due no earlier than 30 days after the solicitation is released. Primary POC: Vicki Blankenship, (904) 542-6811, vicki.blankenship@navy.mil Secondary POC: Barbara Czinder, (904) 542-6834, barbara.czinder@navy.mil.
    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
    Buyer not available
    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.
    DESIGN-BUILD NSWCPD PACKAGE 2 B77-87 COMPLEX EMERGENCY EXIT AND EGRESS PATHWAY REPAIRS, B77-87 COMPLEX EMERGENCY LIGHTING AND EXIT SIGNAGE, B87 FA MNS UPGRADE, B77-87 COMPLEX SPRINKLER SYSTEM REPAIRS
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for a design-build contract focused on various repair and upgrade projects at the Philadelphia Naval Yard Annex. The scope of work includes emergency exit pathway repairs, enhancements to emergency lighting and signage, upgrades to the fire alarm and mass notification systems, and repairs to the sprinkler system. This initiative is critical for maintaining safety and compliance within military facilities, ensuring that infrastructure meets current operational standards. Proposals are due by March 24, 2025, with a site visit scheduled for February 20, 2025, and interested contractors can contact Brittany Cristelli at brittany.cristelli@navy.mil or by phone at 757-341-1978 for further information.
    SOURCES SOUGHT FOR P1500 PALAU PORT AND HARBOR IMPROVEMENTS, REPUBLIC OF PALAU
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Systems Command Southwest (NAVFACSYSCOM), is seeking information from construction firms regarding their capabilities for the P1500 Palau Port and Harbor Improvements project in the Republic of Palau. Interested contractors are required to complete a Sources Sought Questionnaire, detailing their business type, recent experience in construction projects valued at a minimum of $100 million, and their bonding capacity, particularly in the Indo-Pacific region. This procurement aims to identify qualified candidates capable of executing significant construction projects, ensuring that the selected firms can effectively meet the demands of federal projects in challenging locations. Interested parties should direct their inquiries to Kenneth Redmond at kenneth.d.redmond2.civ@us.navy.mil or Christina Laudick at christina.d.laudick.civ@us.navy.mil, with responses to the questionnaire expected to include supporting documentation for evaluation.
    P909 SOF SDVT2 Operations Support Facility, JEB Little Creek-Fort Story, VA
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the construction of the P-909 SOF SDVT2 Operations Support Facility at JEB Little Creek-Fort Story, Virginia. This project involves the design and construction of a facility approximately 60,000 square feet in size, which will include the demolition of existing structures and the establishment of various operational spaces, including maintenance areas, storage, and administrative offices, all aimed at enhancing military operational capabilities. The procurement is critical for supporting Navy personnel and ensuring compliance with federal construction standards, with an estimated budget ranging from $25 million to $100 million and a completion timeframe of 1,048 calendar days. Interested contractors must submit their proposals electronically by April 10, 2025, and can direct inquiries to Demetrice Jenkins at demetrice.jenkins2.civ@us.navy.mil or by phone at 757-341-1973.
    Y--Design-Build (DB) and Design-Bid-Build (DBB) Indefinite-Delivery/Indefinite Quantity (IDIQ), Multiple Award Construction Contract (MACC) for the North Florida/South Georgia Area of Responsibility
    Buyer not available
    Presolicitation notice from the Department of Defense, Department of the Navy, Naval Facilities Engineering Command Southeast (NAVFAC SE) for a Design-Build (DB) Indefinite-Delivery/Indefinite Quantity (IDIQ), Multiple Award Construction Contract (MACC) in the North Florida/South Georgia area. The contract is a total small business set-aside and will be awarded to approximately 5 contractors. The contract has a maximum value of $99,000,000 over the base year and four option periods. The work includes general construction projects such as aviation and aircraft facilities, marine facilities, barracks and personnel housing facilities, administrative facilities, warehouses and supply facilities, training facilities, personnel support and service facilities, security level facilities, and abatement and handling of hazardous/regulated materials. The source selection method is a best value continuum process in a negotiated two-phase acquisition utilizing the trade-off approach. The solicitation will be available for download from FedBizOpps website. Offerors must be registered with the System for Award Management (SAM) to be eligible for contract award.
    ENTERPRISE LEVEL LOGISTICS AND ENGINEERING TECHNICAL SUPPORT SERVICES
    Buyer not available
    The Department of Defense, specifically the Department of the Navy's Fleet Readiness Center, is seeking qualified contractors to provide enterprise-level logistics and engineering technical support services. The primary objective of this procurement is to enhance flight-line readiness within the Naval Aviation Enterprise through comprehensive maintenance, repair, and overhaul (MRO) capabilities across various Fleet Readiness Centers located in the U.S. and Japan. This initiative is crucial for sustaining naval aviation operations, ensuring high operational standards, and compliance with Department of Defense requirements. Interested small businesses are encouraged to respond to this Sources Sought notice, with a total contract value anticipated to be around $474 million, and the RFP is expected to be released in early 2025. For further inquiries, interested parties may contact Sarah Metcalf at sarah.e.metcalf2.civ@us.navy.mil or Beverly Rhamdeow at beverley.s.rhamdeow.civ@us.navy.mil.
    AE IDIQ Design and Engineering Services for Waterfront -Small Projects - HR AOR
    Buyer not available
    The Department of Defense, through the NAVFACSYSCOM Mid-Atlantic office, is seeking qualified small businesses to provide architect-engineer design and engineering services for small waterfront projects in the Hampton Roads Area of Responsibility (HR AOR). This Indefinite Delivery Indefinite Quantity (IDIQ) contract, valued at up to $95 million over a five-year period, will encompass planning, design, and construction services related to military waterfront facilities and utility systems. The procurement emphasizes the importance of specialized experience, qualifications, and past performance, ensuring that selected firms adhere to federal standards and safety regulations. Interested contractors must submit their proposals electronically by April 14, 2025, and can direct inquiries to Demetrice Jenkins at demetrice.jenkins2.civ@us.navy.mil or Amanda Bricker at amanda.bricker@navy.mil for further information.
    MILITARY CONSTRUCTION PROJECT (MILCON) P1062 DESIGN-BID-BUILD, DRY DOCK 3 MODERNIZATION, NORFOLK NAVAL SHIPYARD, PORTSMOUTH, VIRGINIA
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC), is soliciting proposals for the Design-Bid-Build modernization of Dry Dock 3 at the Norfolk Naval Shipyard in Portsmouth, Virginia. This project aims to refurbish critical infrastructure, including rebuilding caisson seats, upgrading utility systems, and enhancing fire protection measures, all while ensuring compliance with safety and environmental regulations. The modernization is vital for maintaining operational readiness and supporting the U.S. Navy's long-term mission capabilities. Interested contractors must submit their proposals electronically by May 8, 2025, with a minimum requirement for small business participation set at 20% of the contract value. For further inquiries, potential bidders can contact Daniel Rocha at daniel.r.rocha2.civ@us.navy.mil or Stephanie Wray at stephanie.l.wray2.civ@us.navy.mil.