INDEFINITE DELIVERY/INDEFINITE QUANTITY CONTRACT FOR ARCHITECT-ENGINEER SERVICES FOR UTILITY ENGINEERING, UTILITY INFRASTRUCTURE MANAGEMENT, UTILITY OPERATION AND MAINTENANCE, AND UTILITY MANAGEMENT SERVICES WORLDWIDE
ID: N6247025R8002Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVFACSYSCOM ATLANTICNORFOLK, VA, 23508-1278, USA

NAICS

Engineering Services (541330)

PSC

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

    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC), is seeking qualified architect-engineer firms to provide multi-discipline services related to utility engineering, infrastructure management, operation, and maintenance on a global scale. The procurement involves an Indefinite Delivery/Indefinite Quantity (IDIQ) contract with a maximum value of $80 million and a guaranteed minimum of $10,000, spanning a potential five-year term. These services are critical for maintaining and enhancing military infrastructure, ensuring efficient utility management across various systems such as electricity, water, and natural gas. Interested firms must submit their qualifications using Standard Form SF 330 by May 27, 2025, and can direct inquiries to Jamie Oyelowo at jamie.l.oyelowo.civ@us.navy.mil or Edward Flint at edward.d.flint.civ@us.navy.mil for further assistance.

    Files
    Title
    Posted
    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.
    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.
    The document outlines an Indefinite Delivery/Indefinite Quantity (IDIQ) contract for multi-discipline Architect-Engineer (A&E) services related to utility engineering and management for the Navy, with a maximum fee of $80 million over five years. The procurement is open to all firms, focusing on specialized competencies in utility systems across various disciplines, including engineering, infrastructure management, and operational maintenance. Firms must submit a completed Standard Form SF 330 to demonstrate qualifications, detailing specialized experience, professional qualifications, past performance, and commitment to small business utilization. Key evaluation criteria encompass specialized experience in utility system planning and risk assessment, the quality control programs proposed, management capabilities, and historical performance in quality and cost control. Each interested firm must comply with specific documentation requirements, including evidence of business operations and qualifications to practice. Proposals are to be submitted electronically by May 27, 2025, emphasizing the Government's intent to ensure open competition and a commitment to small business engagement throughout the contract term, with established goals set for small business subcontracting. The contract aims to support Navy's global utility engineering and management requirements efficiently.
    The document outlines a federal Request for Proposals (RFP) for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract to provide multi-discipline Architect-Engineer (A&E) services related to utility management for the Navy. The estimated contract value is capped at $80 million with a guaranteed minimum of $10,000, over a potential five-year term. It solicits interested firms to submit qualifications using Standard Form SF 330, detailing experience in utility engineering and management. The evaluation criteria prioritize specialized experience, professional qualifications, past performance, and quality control, among others. The proposal requires firms to demonstrate expertise in various utility systems, management practices, and commitment to small businesses, reflecting the government's aim for full and open competition. Submissions must adhere to strict guidelines, including maintaining accurate System of Award Management (SAM) registrations. The deadline for responses is set for May 27, 2025, emphasizing the importance of compliance with outlined procedures to ensure consideration for the contract. This RFP highlights the government's focus on engaging qualified firms for essential utility services to support military infrastructure globally.
    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.
    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.
    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.
    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.
    Amendment 0001 to RFP N62470-25-R-8002 addresses various inquiries about the solicitation process for NAVFAC contracting. Key revisions clarify conflicting language around the maximum number of Section F projects that can be submitted, confirming a limit of five while clarifying a total project cap at eight. Additional responses address concerns regarding submission requirements for more recent project experience, with a proposal to consider projects completed within the last seven years, rather than five. The necessity for project-specific qualifications and more flexible cost parameters for certain projects is acknowledged, and firms are encouraged to submit documentation indicating specialized experience in line with the synopsis. Most importantly, the proposal due date remains set for May 27, 2025, despite requests for changes due to holiday considerations. The amendment emphasizes the government’s commitment to ensuring clarity and support for firms engaging in the proposal process while fostering a competitive environment. Overall, the document serves to refine the solicitation's criteria to align with industry standards and improve responses from potential contractors.
    Amendment 0002 of RFP N62470-25-R-8002 addresses revisions to the synopsis and provides answers to inquiries regarding submission processes. Specifically, it clarifies guidelines for Offerors who are forming new joint ventures and awaiting CAGE code assignments from the Defense Logistics Agency (DLA). Respondents registered in the System for Award Management (SAM) but facing delays in obtaining their CAGE code may request alternative submission methods, including using the DoD SAFE platform, if they are unable to submit via the PIEE Solicitation Module by the SF-330 deadline. This amendment aims to facilitate compliance and streamline the submission process for applicants facing administrative challenges due to recent DLA workforce reductions. The document emphasizes the importance of ensuring that all potential contractors can effectively participate in the proposal process despite these complications.
    Amendment 0003 of RFP N62470-25-R-8002 addresses pre-proposal inquiries related to a multi-discipline Architect-Engineer (AE) services contract for utility infrastructure management globally. The procurement will yield one Indefinite Delivery/Indefinite Quantity (IDIQ) contract, allowing for the employment of both U.S. and international subcontractors. Prime contractors can be non-U.S. firms, with the expectation that submissions conform to the SF-330 format. The contract will entail firm-fixed price task orders, without annual dollar limits on task orders. Awardees are guaranteed a minimum contract value of $10,000. Key aspects of the project include providing design and engineering services rather than construction alone. The document primarily aims to clarify contractor eligibility, project details, and procurement processes for interested firms. It emphasizes that engagement of outside consultants for submission preparation is not necessary, adhering to provided guidelines instead.
    Similar Opportunities
    INDEFINITE DELIVERY/INDEFINITE QUANTITY CONTRACT FOR ARCHITECT-ENGINEER SERVICES FOR DESIGN, ENGINEERING, SPECIFICATION WRITING, COST ESTIMATING, AND RELATED SERVICES FOR MILCON AND OTHER PROJECTS AT VARIOUS LOCATIONS UNDER THE COGNIZANCE OF NAVFAC HAWAII
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC) Hawaii, is soliciting proposals for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract for multi-discipline architect-engineer services. This procurement aims to engage highly qualified firms to provide design, engineering, specification writing, cost estimating, and related services for Military Construction (MILCON) and other projects, primarily in Hawaii but potentially worldwide. The contract encompasses a base period of one year, with four additional one-year options and a six-month extension, totaling a maximum fee of $200,000,000. Interested firms must submit their qualifications using Standard Form SF330 by December 17, 2025, and are encouraged to review the attached documents for detailed requirements and evaluation criteria, including specialized experience and commitment to small business participation. For further inquiries, contact Brittney Lazo at brittney.a.lazo.civ@us.navy.mil or Kris Nakashima-Wong at kris.e.nakashima-wong.civ@us.navy.mil.
    INDEFINITE DELIVERY/INDEFINITE QUANTITY CONTRACT FOR MULTI-DISCIPLINE ARCHITECT-ENGINEER SERVICES FOR VARIOUS MULTI-DISCIPLINE ENGINEERING AND RELATED PROJECTS UNDER THE COGNIZANCE OF NAVAL FACILITIES ENGINEERING SYSTEMS COMMAND, HAWAII
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC) Hawaii, is seeking qualified architect-engineer firms for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract to provide multi-discipline architect-engineer services for various projects primarily located in Hawaii, with potential for worldwide application. The contract, which is a total small business set-aside, includes a base period of one year with four additional one-year options and a six-month extension, with a total fee not exceeding $20 million and a guaranteed minimum of $3,000. The selected firm will be responsible for a range of services including project documentation, design-build documents, engineering studies, and post-construction services, with task orders valued between $5,000 and $1.5 million. Interested firms must submit their qualifications via the SF330 form by December 30, 2025, at 2:00 PM Hawaii Standard Time, and are encouraged to contact Kelcie Kimura or Kris Nakashima-Wong for further information.
    Facility Planning Services A-E IDIQ Sources Sought Notice
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command Southwest (NAVFAC SW), is seeking qualified small businesses, including 8(a), HUBZone, Woman-Owned Small Businesses (WOSB), and Service-Disabled Veteran-Owned Small Businesses (SDVOSB), for a potential Architect-Engineer (A-E) Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract for Facility Planning Services. The primary objective is to identify firms capable of providing a range of A-E services, including project planning documents and shore infrastructure master planning, for various Navy and Marine Corps installations across California, Arizona, Nevada, Colorado, New Mexico, and Utah, with a focus on Southern California. This contract, estimated at $30 million over five years, will require interested firms to submit their qualifications using the SF330 form by December 18, 2025, detailing relevant experience and key personnel, including an AICP certified planner and a Registered Architect. For further inquiries, interested parties may contact Britney Machado-Potestio at britney.l.machado-potestio.civ@us.navy.mil.
    INDEFINITE QUANTITY ARCHITECT-ENGINEER SERVICES FOR VARIOUS STRUCTURAL AND WATERFRONT PROJECTS AND OTHER PROJECTS AT LOCATIONS UNDER THE COGNIZANCE OF NAVAL FACILITIES ENGINEERING COMMAND, PACIFIC
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Pacific (NAVFACSYSCOM PACIFIC), is seeking qualified architect-engineer firms to provide indefinite quantity services for various structural and waterfront projects. The procurement aims to secure professional services that will support the design and engineering needs for projects under the command's jurisdiction, emphasizing the importance of structural engineering expertise in maintaining and enhancing naval facilities. Interested firms can reach out to Erik S. Torngren at erik.torngren@navy.mil or 808-474-6476, or Shaun M. Chow at shaun.chow@navy.mil or 808-471-1166 for further details regarding the attached justification and approval document.
    INDEFINITE DELIVERY INDEFINITE QUANTITY UNRESTRICTED MULTIPLE AWARD CONSTRUCTION CONTRACT FOR NEW CONSTRUCTION, RENOVATION, AND REPAIR OF COMMERCIAL AND INSTITUTIONAL FACILITIES USING ALTERNATIVE CONSTRUCTION METHODS (ACM) AT VARIOUS GOVERNMENT INSTALLATI
    Dept Of Defense
    The Department of Defense, through the Department of the Navy's NAVFACSYSCOM Southwest, is seeking contractors for an Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Construction Contract focused on new construction, renovation, and repair of commercial and institutional facilities using Alternative Construction Methods (ACM) across various government installations in California, Arizona, Nevada, Utah, Colorado, and New Mexico. This procurement aims to award approximately eight contracts through a two-phase design-build selection procedure, emphasizing technical approach, experience, past performance, safety, and price, with a total estimated value exceeding $2.5 billion. The contract period spans two years with an option for an additional three years, and task orders will range from $15 million to $250 million, with a minimum guarantee of $5,000 for each awardee. Interested contractors should contact Shane Mahelona at shane.k.mahelona.civ@us.navy.mil or 619-705-4631, and must monitor the SAM website for the solicitation, expected to be posted on or about July 16, 2025.
    Engineering Services for Specialized Antennas, Towers, Hangars, and Communication Facilities, Worldwide
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering and Expeditionary Warfare Center (NAVFAC EXWC), is seeking qualified architect-engineer firms to provide engineering services for specialized antennas, towers, hangars, and communication facilities worldwide. This procurement involves an Indefinite Delivery/Indefinite Quantity (IDIQ) contract aimed at supporting various specialized Department of Defense facility projects, emphasizing the critical nature of these services for military operations. Interested small businesses are encouraged to participate, as this opportunity is set aside for total small business participation under FAR 19.5. For further details, including solicitation documents, interested parties should contact Jonathan Demorest at jonathan.p.demorest.civ@us.navy.mil or Anthony Gonzales at anthony.j.gonzales104.civ@us.navy.mil, with the solicitation available through the PIEE Solicitation Module on SAM.gov.
    FY26 A-E IDIQ Arnold AFB
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is seeking qualified architect-engineer firms for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract at Arnold Engineering Development Complex (AEDC) in Tennessee. The contract will encompass a range of professional services, including engineering studies, designs, specifications, and cost estimates for maintenance, repair, and minor construction projects across various engineering disciplines such as architectural, civil, structural, mechanical, and environmental engineering. This procurement is critical for ensuring compliance with federal and Air Force building codes and standards, with an estimated maximum contract value of $30 million over a base year plus seven option years, and individual task orders ranging from $25,000 to $1 million. Interested firms are encouraged to submit a Contractor Capability Survey by January 23, 2026, to the primary contact, Noah Bean, at noah.bean.1@us.af.mil, or the secondary contact, James Laney, at james.laney.3@us.af.mil.
    ARCHITECT/ENGINEERING SERVICES FOR ENVIRONMENTAL INVESTIGATIONS, PERMIT APPLICATIONS AND RELATED STUDIES AT VARIOUS NAVY AND MARINE CORPS ACTIVITIES, PACIFIC BASIN AND INDIAN OCEAN AREAS
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command Pacific (NAVFAC PAC), is seeking qualified architect-engineer firms to provide professional services for environmental investigations, permit applications, and related studies at various Navy and Marine Corps activities primarily in Hawaii, Guam, Japan, and other locations within the Pacific Basin and Indian Ocean areas. The selected firms will be responsible for a range of services including compliance with environmental regulations, preparation of analytical studies, technical evaluations, and management plans, with a focus on water, wastewater, stormwater, and hazardous waste management. Interested small businesses, including those that are HUBZone, woman-owned, service-disabled veteran-owned, and other small business categories, must submit their qualifications and experience using the Information Summary Matrix by December 29, 2025, at 2:00 PM HST, with a projected contract value of up to $30 million over a potential five-year period. For further inquiries, contact Rachel Isara-Phan at rachel.m.isara-phan.civ@us.navy.mil or Kylee Chun at kylee.k.chun.civ@us.navy.mil.
    Y--IDIQ SB MACC FOR NEW CONSTRUCTION, REPAIR, AND RENOVATION OF VARIOUS FACILITIES AT PUBLIC WORKS DEPARTMENT (PWD) ANNAPOLIS, PAX RIVER, SOUTH POTOMAC AND ROICC ANDREWS NAVFAC WASHINGTON AOR
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC) Washington, is seeking contractors for an Indefinite Delivery Indefinite Quantity (IDIQ) contract for new construction, repair, and renovation of various facilities at the Public Works Department (PWD) locations, including Annapolis, Pax River, South Potomac, and ROICC Andrews. The procurement involves providing comprehensive services such as repairs, renovations, new construction, and alterations to shore facilities and utilities, with work potentially extending to any NAVFAC location within the Continental United States. This contract is crucial for maintaining and enhancing the operational capabilities of government facilities, ensuring they meet current standards and requirements. Interested contractors can reach out to Frank G. Decker at frank.g.decker.civ@us.navy.mil or Tre'von Taylor at trevon.r.taylor2.civ@us.navy.mil for further information.
    C--Sources Sought Notice
    Interior, Department Of The
    The Department of the Interior, specifically the National Park Service (NPS), is seeking qualified architect-engineer firms to provide multi-disciplinary design services through a Sources Sought Notice. This procurement aims to gather information on interested businesses to develop an acquisition strategy for a competitive Multiple Award Indefinite Delivery Indefinite Quantity (IDIQ) contract, which will cover a five-year ordering period with a maximum value of $150 million and individual task orders not exceeding $3 million. The services will support projects located throughout the Intermountain Region and potentially nationwide, emphasizing the importance of professional licenses and compliance with federal regulations. Interested firms must respond by January 16, 2026, at 3:00 PM Mountain Time, and can contact Edwin Berry at edwinberry@contractor.nps.gov or by phone at 303-969-2288 for further information.