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
  1. 1
    Posted Apr 10, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 17, 2025, 12:00 AM UTC
  3. 3
    Due May 27, 2025, 2:00 PM UTC
Description

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 utility engineering, infrastructure management, operation and maintenance, and management services worldwide. The contract aims to provide essential services related to utility systems, including electricity, water, wastewater, and natural gas, with a total potential 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. Interested firms must demonstrate their qualifications through a completed SF 330 form, highlighting their specialized experience and commitment to small business subcontracting, with final submissions due by May 16, 2025. For further inquiries, potential bidders can contact Jamie Oyelowo at jamie.l.oyelowo.civ@us.navy.mil or Edward Flint at edward.d.flint.civ@us.navy.mil.

Files
Title
Posted
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.
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.
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.
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.
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.
Similar Opportunities
INDEFINITE DELIVERY/INDEFINITE QUANTITY CONTRACT FOR ARCHITECT-ENGINEER SERVICES FOR ARCHITECTURAL PROJECTS AT VARIOUS LOCATIONS UNDER THE COGNIZANCE OF NAVAL FACILITIES ENGINEERING SYSTEMS COMMAND, PACIFIC
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Command, Pacific, is seeking qualified architect-engineer firms for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract focused on architectural projects at various locations. The contract aims to provide multi-discipline architect-engineer services, with a total maximum fee of $249 million over a base period of one year and four optional years, emphasizing the importance of sustainable design practices and small business participation. Interested firms must submit an SF 330 form by June 3, 2025, and will be evaluated based on their specialized experience, qualifications of key personnel, and past performance, with a guaranteed minimum fee of $10,000. For further inquiries, interested parties can contact Wanda L. Okemura at wanda.okemura@navy.mil or Erik Torngren at erik.s.torngren.civ@us.navy.mil.
C -- INDEFINITE DELIVERY/INDEFINITE QUANTITY CONTRACT FOR ARCHITECT-ENGINEER SERVICES FOR VARIOUS WATERFRONT PROJECTS AND OTHER PROJECTS PRIMARILY UNDER THE COGNIZANCE OF NAVAL FACILITIES ENGINEERING SYSTEMS COMMAND HAWAII
Buyer not available
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 focused on various waterfront projects. The procurement aims to secure specialized engineering services, particularly in structural and waterfront engineering, with a total contract value of up to $249 million over a base year and four optional extensions. This contract is crucial for maintaining and enhancing naval facilities, ensuring compliance with federal standards, and promoting sustainable design practices. Interested firms must submit their qualifications by April 30, 2025, at 2:00 p.m. Hawaii Standard Time, and can direct inquiries to Alice Mende at alice.s.mende.civ@us.navy.mil or Jennifer Lau at jennifer.m.lau2.civ@us.navy.mil.
Environmental Restoration Architect Engineering IDIQ
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Command Northwest (NAVFAC NW), is seeking qualified small business architect-engineer firms for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract focused on Environmental Restoration services. This procurement aims to address environmental projects primarily in Washington and Alaska, with a total contract value not exceeding $45 million over a potential duration of 66 months. The selected firms will be evaluated based on criteria including specialized experience, professional qualifications, past performance, and management capacity, emphasizing the importance of compliance with federal regulations and effective project management. Interested parties must submit their completed SF-330 packages electronically by April 28, 2025, and can direct inquiries to Solomon Ocansey at solomon.a.ocansey.civ@us.navy.mil or Kimberly Gillette at kimberly.a.gillette4.civ@us.navy.mil for further information.
INDEFINITE DELIVERY/INDEFINITE QUANTITY (IDIQ) CONTRACT FOR MULTI‐ DISCIPLINE ARCHITECT‐ENGINEER (A‐E) SERVICES IN SUPPORT OF PROJECTS ON NUWC FACILITIES AT NAVAL UNDERSEA WARFARE CENTER NEWPORT DIVISION (NUWCDIVNPT), NEWPORT, RI.
Buyer not available
The Department of Defense, through the Naval Undersea Warfare Center Newport Division (NUWCDIVNPT), is seeking qualified small business architect-engineer firms to provide multi-discipline architect-engineer (A-E) services for various facility projects in Newport, Rhode Island. The contract will encompass a range of services including planning, design, construction evaluation, and renovation projects, with a maximum contract value of $5 million over a five-year period. This procurement is critical for ensuring the effective management and execution of facility improvements and infrastructure projects at NUWCDIVNPT. Interested firms must submit their qualifications using the SF 330 form by May 12, 2025, with inquiries directed to Michael Ouellette at michael.n.ouellette.civ@us.navy.mil or Alexander Olarte at alexander.olarte.civ@us.navy.mil.
Multi-Disciplined Architect/Engineer (A/E) Indefinite Delivery/Indefinite Quantity (IDIQ) Contracts to Support the U.S. Army Corps of Engineers, Baltimore District and North Atlantic Division (NAD)
Buyer not available
The U.S. Army Corps of Engineers, Baltimore District, is seeking qualified architect-engineer firms to provide multi-disciplined A/E services through a series of Indefinite Delivery/Indefinite Quantity (IDIQ) contracts. The procurement aims to award up to twelve contracts, with a target of six reserved for small businesses, to support various projects within the North Atlantic Division, with a total capacity not exceeding $500 million. The services required will primarily focus on Sustainment, Restoration, and Maintenance (SRM), along with other engineering tasks such as design, cost estimating, environmental documentation, and construction support. Interested firms should contact Erica Stiner or Leigha Arnold via email for further information, with the solicitation synopsis expected to be issued in the third quarter of FY25.
Utility Services Master Basic Ordering Agreement (BOA)
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Systems Command Northwest (NAVFACSYSCOM NW), is seeking utility service providers to establish a Limited-Source Utility Service Master Basic Ordering Agreement (BOA) for energy management services. This procurement aims to enhance energy and water efficiency, energy demand reduction, and provide emergency utility work, primarily within Washington State, under NAICS Codes 221122 and 221210. The total capacity of the Master BOA is capped at $99 million, with a performance period of five years, during which multiple BOAs will be awarded to qualified providers. Interested parties should direct inquiries to Eleanor Drake at eleanor.drake.civ@us.navy.mil or Cynthia Swink at cynthia.l.swink.civ@us.navy.mil, as no funding will be obligated at this stage, and the solicitation will remain open until the agreement capacity is reached.
Design Build and Design Bid Build Indefinite Delivery Indefinite Quantity Medium Multiple Award Construction Contract for the NAVFAC Area of Operations
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Systems Command Southeast (NAVFAC SE), is seeking qualified small businesses to participate in a Design-Build and Design-Bid-Build Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC) for various construction projects within its area of operations, primarily in the southeastern United States. The contract will encompass new construction, renovation, alteration, and repair of medium general construction projects, including facilities such as barracks, administrative buildings, and medical facilities, with a total funding ceiling of $1.5 billion over five years. Interested small businesses must submit proposals electronically via the Procurement Integrated Enterprise Environment (PIEE) after the solicitation is released, which is expected to occur within 15 days of this presolicitation notice, with Phase-One proposals due no earlier than 30 days thereafter. For further inquiries, contact Matthew Abbott at matthew.j.abbott5.civ@us.navy.mil or Marina 'Gaby' Mote at marina.g.mote.civ@us.navy.mil.
SOURCES SOUGHT NOTICE FOR INDEFINITE-DELIVERY, INDEFINITE-QUANTITY (IDIQ) DESIGN-BUILD (DB) AND DESIGN-BID-BUILD (DBB) WATER/WASTEWATER UTILITIES MULITPLE AWARD CONSTRUCTION CONTRACT (MACC) FOR NAVFAC SOUTHEAST AREA OF RESPONSIBILITY (AOR)
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Systems Command Southeast (NAVFAC SE), is seeking qualified small businesses for a Sources Sought Notice regarding an Indefinite-Delivery, Indefinite-Quantity (IDIQ) Design-Build and Design-Bid-Build Multiple Award Construction Contract (MACC) for water and wastewater utilities. The contract will encompass new construction, renovation, alteration, demolition, and repairs of various water and wastewater facilities across multiple states, including South Carolina, Georgia, Florida, and others, with an anticipated total value of $249 million over five years. Interested parties must demonstrate relevant experience and bonding capacity, with submissions due by 3:00 PM Eastern Time on May 9th, 2025, to the designated contacts, Marina G. Mote and Matthew Abbott, via email.
Civil Design IDC/IDIQ
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) San Francisco District, is seeking information from industry regarding a potential Indefinite Delivery Contract/Indefinite Quantity (IDC/IDIQ) for civil design services. The procurement aims to support various Civil Works activities, including wetland restoration, flood control, and environmental studies, requiring a broad range of engineering and construction services. This opportunity is crucial for ensuring adequate competition among potential contractors, particularly within the small business community, as the total contract capacity is estimated at $45 million over a performance period of up to five years. Interested firms must submit their statements of capability by May 5, 2025, to Lisa Ip at lisa.i.ip@usace.army.mil, and must be registered in SAM.gov to be eligible for contract awards.
Design-Bid-Build (DBB), Energy Campus Infrastructure at the Philadelphia Navy Yard Annex (PNYA) in Philadelphia, Pennsylvania
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Systems Command Mid-Atlantic, is seeking small business firms capable of providing construction services for the Design-Bid-Build (DBB) Energy Campus Infrastructure project at the Philadelphia Navy Yard Annex in Pennsylvania. This project aims to establish a comprehensive test site, including the construction of pile-supported foundations, concrete ductbanks, utilities, medium voltage switchgears, and a cooling tower, as part of the renovation of Building 77H to support a Land Based Test Site for energy-related testing. Interested small businesses, particularly those that are service-disabled veteran-owned, veteran-owned, HUBZone certified, 8(a) certified, or women-owned, are encouraged to submit a capabilities package that includes relevant project experience, with a focus on projects valued at $15 million or more that demonstrate similar scope and complexity. Responses are due by May 2, 2025, at 14:00 EDT, and should be directed to Madison Tatem at madison.e.tatem.civ@us.navy.mil.