107 KB
Dec 9, 2024, 8:37 PM UTC
The Naval Facilities Engineering Systems Command (NAVFAC) Atlantic has issued a Sources Sought Notice to explore potential qualified small business sources for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract for multi-discipline Architect-Engineer (AE) services related to utility management worldwide. The anticipated contract includes a base period of up to 12 months with four possible one-year options, with a maximum budget of $80 million. The services required will encompass Utility Engineering, Infrastructure Management, and Operation/Maintenance of various utility systems, including electrical and water supply systems.
Interested parties, particularly small businesses recognized by the SBA such as 8(a), HUBZone, Service Disabled Veteran-Owned, and Women-Owned businesses, are encouraged to submit capability statements detailing their qualifications. Submissions must outline company profiles, relevant experience, and demonstrate adherence to small business regulations. Responses are due by 2:00 PM EST on December 9, 2024. This notice serves solely for market research and does not obligate the government to issue a solicitation or contract. The NAVFAC is looking for qualified firms with experience that can manage multiple task orders simultaneously, providing essential utility-related services.
205 KB
Apr 17, 2025, 5:08 PM UTC
The document outlines a federal contract solicitation (N62470-25-R-8002) for architect-engineer (A&E) services related to utility engineering and management worldwide. The contract is an Indefinite Delivery/Indefinite Quantity (IDIQ) type, with a potential total 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. The services include utility infrastructure management and operation, covering systems such as electricity, water, wastewater, and natural gas.
Interested firms must submit a completed SF 330 form, demonstrating specialized experience and qualifications based on detailed criteria including past performance, quality control programs, program management capacity, and small business commitment. The selection process emphasizes experience in utility system planning, condition assessment, and risk management. The proposal must also include a small business subcontracting plan emphasizing collaboration with small business entities.
Final submissions are due by May 16, 2025, and must be made electronically via the PIEE Solicitation Module. The document specifies submission requirements and evaluation criteria, ensuring transparency and open competition to identify the most qualified firms for these essential services.
251 KB
Apr 11, 2025, 6:10 PM UTC
The document outlines the solicitation for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract for multi-discipline Architect-Engineer (A&E) services related to global utility engineering, infrastructure management, operation and maintenance, and utility management services. Estimated at a maximum cost of $80 million, the contract has a base period of one year with four possible one-year extensions and includes a guaranteed minimum of $10,000.
The document presents detailed submission requirements for interested firms, emphasizing qualifications through the SF 330 form, and outlines evaluation criteria based on specialized experience, professional qualifications, past performance, quality control programs, firm capacity, commitment to small businesses, and volume of work.
Specialized services expected include designing utility master plans, conducting risk assessments, creating standard operating procedures, and developing Geographic Information Systems for utilities. The proposal emphasizes the need for firms to effectively manage on-site work at government installations, ensuring personnel are properly cleared and that registration in the System for Award Management (SAM) is current. A clear emphasis is placed on the commitment to small business engagement in fulfilling the contract requirements. The submission deadline for proposals is set for May 27, 2025.
170 KB
Dec 9, 2024, 8:37 PM UTC
The document is a Sources Sought Notice for an Architect-Engineering (AE) Utilities Indefinite Delivery Indefinite Quantity (IDIQ) contract under the project number N6247025R8002. It outlines a capabilities questionnaire for firms interested in providing AE services related to utilities. The questionnaire solicits general information such as business size, capabilities in relation to the NAICS code 541330, and relevant experience executing similar projects.
Firms are required to indicate their type of business and compliance with small business programs, including Service-Disabled Veteran-Owned and Women-Owned certifications. Additionally, the document asks for details on previous government contract experience, project management capacity, and types of services rendered, particularly regarding military and federal projects.
Contracting arrangements are also discussed, allowing firms to declare their intent to bid as joint ventures, prime contractors, or subcontractors, specifying the nature of their work and partnerships. Overall, this notice aims to assess potential contractor capabilities for future projects involving utilities management and infrastructure assessment across various government facilities.
54 KB
Apr 17, 2025, 5:08 PM UTC
The NAVFAC/USACE Past Performance Questionnaire (PPQ-0) facilitates evaluations of contractor performance for federal projects, serving as a comprehensive tool for assessing both prime contractors and subcontractors. Contractors are required to fill out initial blocks detailing their information, contract specifics, and project relevance. Following this, clients assess the contractor’s performance through ratings on various criteria such as quality, schedule adherence, customer satisfaction, management effectiveness, cost management, safety, and overall satisfaction. A rating scale from Exceptional (E) to Unsatisfactory (U) provides a structured approach for evaluation. The completed questionnaire is to be submitted by the client directly to the contractor or NAVFAC, ensuring the reliability of the information collected. This document is essential for verifying contractor capabilities, supporting government contracts and requests for proposals (RFPs), and maintaining high standards in federal funding and grant processes. The PPQ-0 emphasizes quality evaluation as critical to fostering successful government contracts and relationships.
885 KB
Apr 17, 2025, 5:08 PM UTC
The Small Business Subcontracting Plan template for Solicitation/Contract (N62470-24-R-0055) outlines the requirements for large businesses to establish subcontracting goals for integrating small businesses into federal contracting. This plan adheres to FAR regulations that mandate specific targets for subcontracting to various categories of small businesses, including Small Disadvantaged Businesses (SDB), Women-Owned Small Businesses (WOSB), Veteran-Owned Small Businesses (VOSB), and others. It specifies the total contract value, anticipated subcontracted amounts, and requires a clear breakdown of goals along with rationale.
Additionally, the document details the responsibilities of a designated Subcontracting Program Administrator, who is accountable for ensuring compliance with subcontracting regulations and fostering opportunities for small businesses. The plan mandates efforts for outreach and engagement with the small business community, documenting all subcontracting activities and analyzing the efficacy of the approach taken.
Furthermore, the plan stipulates the periodic reporting requirements to ensure ongoing compliance and emphasizes the importance of timely payments to subcontractors, showcasing the federal commitment to promoting small business participation in government procurement processes. Overall, this plan serves an essential role in ensuring that federal contracting opportunities are made accessible to diverse small businesses.