Environmental Compliance Architect/Engineer Services
ID: FA875125R0005Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8751 AFRL RIKOROME, NY, 13441-4514, USA

NAICS

Engineering Services (541330)

PSC

ARCHITECT AND ENGINEERING- GENERAL: OTHER (C219)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is seeking qualified architect-engineer firms to provide Environmental Compliance Architect/Engineer Services for the Air Force Research Laboratory (AFRL) in Rome, New York. The selected firm will be responsible for delivering comprehensive Title I design services and Title II oversight, which includes the preparation of construction documents for various environmental compliance projects, emergency response capabilities, site investigations, and ensuring regulatory compliance across multiple disciplines such as air quality and hazardous materials. This procurement is crucial for maintaining safety, compliance, and environmental stewardship within federal and state contexts. Interested firms should contact Leena Budhu at leenawattie.budhu.1@us.af.mil or call 315-330-2557 for further details regarding the submission of qualifications and the procurement timeline.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the Statement of Scope for Architect/Engineer (A/E) services focused on Environmental Compliance for the Air Force Research Laboratory (AFRL) Information Directorate in Rome, New York. It emphasizes the necessity for comprehensive Title I design services and Title II oversight, requiring the A/E firm to deliver construction documents for various environmental compliance projects. Key responsibilities include emergency response capabilities, site investigations, regulatory compliance, and multidisciplinary expertise in areas like air quality and hazardous materials. The A/E firm must adhere to strict guidelines for documentation, communication, and timelines, providing reviews at different project stages. They are required to conduct periodic observations, ensuring contractors meet contract specifications while remaining under the supervision of a registered professional. Furthermore, upon project completion, the A/E must submit as-built drawings reflecting actual conditions, consolidating the government's commitment to safety, compliance, and environmental stewardship. This document serves as a foundational guideline for firms responding to the RFP and delineates the responsibilities and expectations of A/E contractors in federal and state compliance contexts.
    The document provides guidelines for the submission of Architect-Engineer Qualifications through the Standard Form 330, utilized by federal agencies to assess the qualifications of A-E firms for contractual opportunities. It outlines the statutory requirement for a public announcement of A-E services and selection procedures based on demonstrated competence as mandated by federal regulations. The form consists of two parts: Part I focuses on contract-specific qualifications, requiring detailed information about the contract, proposed team, resumes of key personnel, example projects, and additional information. Part II captures general qualifications of a firm, which can be kept on file for future reference. Key elements include organizational charts, project experience, and professional registrations. Agencies may provide specific supplemental instructions while ensuring compliance with the overall federal guidelines. The structure promotes transparency and efficiency in the procurement of A-E services, aligning with federal standards and supporting local needs through clear documentation of capabilities and experience. This process is essential for federal, state, and local RFPs, fostering accountable selections in architect-engineer services.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Architect-Engineer (A-E) Environmental Services Indefinite Delivery Contract (IDC)
    Buyer not available
    The Department of Defense, specifically the Department of the Army through the W076 Endist Tulsa office, is seeking qualified architect-engineer firms for an Indefinite Delivery Contract (IDC) focused on environmental services. The procurement aims to secure engineering services under NAICS code 541330, which encompasses a range of environmental assessments and related activities essential for military operations and infrastructure. These services are critical for ensuring compliance with environmental regulations and supporting sustainable practices within defense projects. Interested firms should contact Joshua Hope at JOSHUA.D.HOPE@USACE.ARMY.MIL or Robert Reed at robert.e.reed@usace.army.mil for further details regarding the submission of qualifications and any upcoming deadlines.
    Architect-Engineering General Services Italy, Other
    Buyer not available
    The Department of Defense, through the Department of the Army, is seeking qualified architect-engineering firms to provide general engineering services in Italy. The objective of this procurement is to secure professional services that will support various engineering projects, ensuring compliance with military standards and requirements. These services are crucial for maintaining and enhancing military infrastructure, which plays a vital role in operational readiness and effectiveness. Interested firms should contact Melodie Clare at melodie.e.clare@usace.army.mil or Ryan Fernandez at RYANDALE.R.FERNANDEZ@USACE.ARMY.MIL for further details, as this presolicitation notice is part of an ongoing effort to identify capable contractors in the engineering services sector.
    Architect-Engineering General Services Italy, Military Construction
    Buyer not available
    The Department of Defense, through the Department of the Army, is seeking qualified architect-engineering firms to provide general services for military construction projects in Italy. The procurement aims to secure professional engineering services that will support various military construction initiatives, ensuring compliance with relevant standards and regulations. These services are crucial for maintaining and enhancing military infrastructure, which plays a vital role in operational readiness and effectiveness. Interested firms can contact Melodie Clare at melodie.e.clare@usace.army.mil or Ryan Fernandez at RYANDALE.R.FERNANDEZ@USACE.ARMY.MIL for further details, as this presolicitation is part of the NAICS code 541330 for Engineering Services.
    Architect-Engineer (A-E) for Environmental National Environmental Policy Act (NEPA) SERVICES
    Buyer not available
    The Department of Defense, specifically the Department of the Army through the W076 Endist Tulsa office, is seeking qualified architect-engineer firms to provide Environmental National Environmental Policy Act (NEPA) services. The objective of this procurement is to engage firms that can deliver comprehensive engineering services in accordance with NEPA requirements, which are critical for ensuring environmental compliance in federal projects. These services play a vital role in assessing the environmental impacts of proposed actions and ensuring that all necessary evaluations are conducted to meet federal regulations. Interested firms should contact Sharon Newsome at sharon.d.newsome@usace.army.mil or Robert Reed at robert.e.reed@usace.army.mil for further details, as this opportunity is currently listed as a Sources Sought notice under NAICS code 541330.
    AE MATOC for NETZERO Title I and Title II Services in support of Executive Order 14057
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified architect-engineer firms to participate in the AE MATOC for NETZERO Title I and Title II Services, in alignment with Executive Order 14057. The procurement aims to gather industry feedback on firms' experience with architect-engineer services focused on vertical design, including planning, design, and construction phase services for new facilities and modernization of existing structures, all aimed at enhancing mission resilience and transitioning to Net-Zero facilities. This initiative is critical for supporting the Department of Defense's goals of reducing greenhouse gas emissions and promoting sustainable practices in federal operations. Interested firms are encouraged to respond to the sources sought notice by March 3, 2024, with a projected contract ceiling exceeding $2 billion, and should direct inquiries to Brindle Summers at brindle.summers@us.af.mil or Brian Bosworth at brian.bosworth.3@us.af.mil.
    Sources Sought: Architect-Engineer (AE) Services for FY25 100% Design of Building 500, Offutt Air Force Base (AFB), Nebraska (NE)
    Buyer not available
    The Department of Defense, through the Department of the Army, is seeking qualified architect-engineer firms to provide 100% design services for Building 500 at Offutt Air Force Base in Nebraska for fiscal year 2025. The objective of this procurement is to engage professional services that will ensure comprehensive design solutions tailored to the specific needs of the facility. These architect-engineer services are critical for the successful execution of construction projects that support military operations and infrastructure. Interested firms should contact Brandon Landis at brandon.p.landis@usace.army.mil or Melanie A. Caines at melanie.caines@usace.army.mil for further details regarding qualifications and submission requirements.
    A&E Design Interior/Exterior Refresh Bldg 842
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified architect-engineer firms to undertake an interior and exterior refresh of Building 842 at Maxwell Air Force Base in Alabama. The project requires comprehensive architectural and engineering services, including the development of construction drawings, specifications, and cost estimates, while addressing specific concerns such as lead-based paint and HVAC system upgrades. This procurement is crucial for maintaining and enhancing the facility's operational standards in compliance with federal regulations and safety codes. Interested firms must be located within a 250-mile radius of Maxwell AFB, registered in SAM.gov, and submit their proposals by March 21, 2025, with an estimated contract value between $25,000 and $100,000. For further inquiries, contact Kemeshia Smith at kemeshia.smith@us.af.mil or Jeremy Clark at jeremy.clark.8@us.af.mil.
    Planning And Design Of Advanced Research Center (Arc) A.K.A. Ammunition, Explosives, Toxics Center (Aec), Picatinny Arsenal, New Jersey
    Buyer not available
    The Department of Defense, through the U.S. Army, is seeking qualified engineering firms for the planning and design of the Advanced Research Center (ARC), also known as the Ammunition, Explosives, Toxics Center (AEC), located at Picatinny Arsenal in New Jersey. The procurement aims to secure professional engineering services that will facilitate the development of advanced facilities for research and testing related to ammunition and explosives. This project is critical for enhancing the capabilities and safety of military operations, ensuring that the U.S. Army can effectively manage and mitigate risks associated with ammunition and explosives. Interested firms should contact Mohenda R. Surage at mohenda.r.surage@usace.army.mil or Nicholas P. Emanuel at nicholas.p.emanuel@usace.army.mil for further details, as the presolicitation notice indicates that qualifications will be evaluated based on past performance and relevant experience.
    Notice for Architect and Engineering (A-E) Services to Support the U.S. Army Corps of Engineers (USACE) South Atlantic Division, Mobile District, Civil Works Program
    Buyer not available
    The U.S. Army Corps of Engineers (USACE) is seeking qualified architect-engineer firms to provide services in support of the South Atlantic Division, Mobile District, Civil Works Program. The procurement aims to secure engineering services under NAICS code 541330, focusing on general architectural and engineering tasks, including landscaping and interior layout design. These services are crucial for the effective execution of civil works projects that support the Army's infrastructure and environmental initiatives. Interested firms should contact Joyce Powell at joyce.f.powell@usace.army.mil or Kimberly Brackett at KIMBERLY.L.BRACKETT@USACE.ARMY.MIL for further details, with inquiries directed to the provided phone numbers.
    DRAFT SYNOPSIS - MATOC for Architect-Engineering (A/E) Services for FSRM and MILCON Title I and Title II projects at Andersen AFB
    Buyer not available
    The Department of Defense, through the Air Force Installation Contracting Center, is seeking qualified small business architect-engineering firms to provide services for Facility Sustainment, Restoration, and Maintenance (FSRM) and Military Construction (MILCON) Title I and Title II projects at Andersen Air Force Base in Guam. The procurement aims to establish a Multiple Award Task Order Contract (MATOC) with a total ceiling of $930 million, anticipating awards to approximately six firms, including two designated for HUBZone businesses. These services are critical for maintaining and enhancing military infrastructure in the Joint Region Marianas, ensuring compliance with federal standards and addressing the unique challenges of projects in tropical environments. Interested firms must submit their qualifications using the SF330 form, with a deadline for submissions expected approximately 30 days after the final synopsis is posted, which is anticipated in February 2025. For further inquiries, potential offerors can contact Brindle Summers at brindle.summers@us.af.mil or Jean Stevens at jean.stevens.1@us.af.mil.