INDEFINITE DELIVERY/INDEFINITE QUANTITY (IDIQ) CONTRACT FOR HISTORICAL SENSITIVE PROJECTS ARCHITECT AND ENGINEER (A&E) SERVICES IN SUPPORT OF PROJECTS PRIMARILY AT NAVFAC MIDLANT, NORTH AREA OF RESPONSIBILITY (AOR)
ID: N4008524R2533Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVFACSYSCOM MID-ATLANTICNORFOLK, VA, 23511-0395, USA

NAICS

Engineering Services (541330)

PSC

ARCHITECT AND ENGINEERING- GENERAL: OTHER (C219)
Timeline
  1. 1
    Posted Jan 8, 2025, 12:00 AM UTC
  2. 2
    Updated Feb 7, 2025, 12:00 AM UTC
  3. 3
    Due Feb 14, 2025, 7:00 PM UTC
Description

The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC), is soliciting proposals for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract to provide Architect and Engineer (A&E) services for Historically Sensitive Projects primarily within the North Area of Responsibility (AOR). This contract, valued at a maximum of $60 million over five years, aims to support military facilities in the Mid-Atlantic region, including significant installations like the Portsmouth Naval Shipyard and the Philadelphia Navy Yard. Interested firms must demonstrate specialized experience in historic building renovations, facility planning, and environmental assessments, with submissions due by February 14, 2025. For further inquiries, potential bidders can contact Erik Cole at erik.w.cole2.civ@us.navy.mil or John Bishop at john.p.bishop23.civ@us.navy.mil.

Files
Title
Posted
Feb 7, 2025, 8:12 PM UTC
The Naval Facilities Engineering Systems Command (NAVFAC) is soliciting proposals for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract focused on providing Architect and Engineer (A&E) services for Historically Sensitive Projects within the North Area of Responsibility (AOR). This contract, with a maximum fee of $60 million over five years, is set to support military facilities primarily located in the Mid-Atlantic region, including installations such as the Portsmouth Naval Shipyard and the Philadelphia Navy Yard. Firms interested in this contract must demonstrate specialized experience in areas such as historic building renovations, facility planning, environmental assessments, and site investigations. The selection criteria prioritize evidence of previous relevant work, professional qualifications of key personnel, past performance, quality control measures, and the firm's capacity to execute projects efficiently. Potential contractors are required to submit completed Standard Form 330 packages detailing their qualifications and relevant project experience. The submission deadline is set for February 7, 2025. This opportunity emphasizes the government's commitment to preserving historical sites through comprehensive engineering and architectural services.
Feb 7, 2025, 8:12 PM UTC
The document outlines Amendment 0001 for the Indefinite Delivery/Indefinite Quantity (IDIQ) contract N40085-24-R-2533, focused on providing Architect and Engineer (A&E) services for historical sensitive projects at NAVFAC MID-LANT. Issued on February 3, 2025, the amendment serves two purposes: answering Pre-Proposal Inquiries (PPI) and extending the submission deadline for the SF330 form to February 14, 2025, at 2:00 PM EST. Key inquiries addressed include clarifications on the page limit for CPARS data submission, noting that only the narrative of encountered problems and corrective actions must adhere to the specified limit. Additionally, it clarified that Criterion 6 information does not need to be submitted by the AE firm, and responses to Section H must remain within the outlined submission requirements. The document is critical for potential bidders seeking to understand submission expectations and deadlines related to this federal procurement process, emphasizing compliance with specified format requirements and deadlines to facilitate the evaluation of proposals effectively.
The NAVFAC/USACE Past Performance Questionnaire (Form PPQ-0) serves as a tool for contractors to document and communicate their performance on previous projects to the Naval Facilities Engineering Command (NAVFAC). The form is structured in two main sections: contractor information and client feedback. Contractors are required to fill in their details, provide contract specifics, and describe the project’s complexity and relevance. The client is then responsible for evaluating the contractor's performance across various categories, including quality, timeliness, customer satisfaction, management, cost management, safety, and overall compliance with contract terms. Each category allows clients to rate performance from "Exceptional" to "Unsatisfactory." Additionally, clients provide their insights about the contractor's effectiveness, capability to handle resources, and adherence to safety regulations. The questionnaire culminates in an overall rating that reflects the contractor’s suitability for future projects. This document highlights the federal government's emphasis on accountability and the importance of past performance in awarding contracts, ensuring that only qualified firms are considered for future opportunities in federal projects. This evaluation process aids the government in making informed decisions while managing contracts effectively.
Feb 7, 2025, 8:12 PM UTC
The Procurement Integrated Enterprise Environment (PIEE) Vendor Registration Guide outlines the process for vendors to register and manage their accounts within the PIEE platform, specifically for the Department of Defense's solicitation system. The guide introduces two user roles: Proposal Manager, required for submitting offers, and Proposal View Only. It provides detailed, step-by-step instructions for new users to self-register for a PIEE account, and for existing users who wish to add additional roles. Key steps include selecting vendor registration options, entering required information, completing user profiles, justifying access with attachments, and agreeing to a Statement of Accountability. The guide stresses the need for accurate profile information and security while providing resources for account and technical support. Additionally, it emphasizes the importance of the Roles and Actions/Functions Matrix, which clarifies the capabilities associated with each user role in the PIEE system, aiding vendors in understanding their permissions for submitting and viewing offers. Overall, this document serves as a vital resource for companies seeking to engage in federal solicitations, ensuring they can navigate the registration process efficiently while adhering to security and procedural requirements.
Feb 7, 2025, 8:12 PM UTC
The Pre-Proposal Inquiry Form, dated July 2011, serves as a structured communication tool for addressing questions related to federal and state/local RFPs and grants. The document outlines a process where inquiries are received concerning reference numbers, government responses, and various sections of the RFP, allowing for clarity and transparency in proposal submissions. It includes fields for question numbers, dates received, and amendment numbers, emphasizing the importance of tracking communication effectively. The aim of this form is to streamline the inquiry process for prospective bidders, ensuring all concerns are documented and responded to, thereby fostering informed proposal development. This document plays a crucial role in maintaining open lines of communication between the government and proposers, contributing to fair competition and enhanced understanding of bid requirements.
Mar 26, 2024, 1:11 PM UTC
Mar 26, 2024, 1:11 PM UTC
Mar 26, 2024, 1:11 PM UTC
Similar Opportunities
Environmental Restoration Architect-Engineering IDIQ
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC) Northwest, is seeking qualified small business architect-engineer firms for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract focused on Environmental Restoration services. The contract, valued at up to $45 million, will primarily support environmental projects across various locations in Washington and Alaska, with a base period of 24 months and an option for an additional 36 months, plus a potential six-month extension. This procurement emphasizes the importance of environmental management and rehabilitation at military installations, with submissions evaluated based on specialized experience, professional qualifications, and past performance. Interested firms must submit their qualifications electronically by April 28, 2025, and can direct inquiries to Solomon Ocansey or Kimberly Gillette via their provided email addresses.
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 contract aims to provide multi-discipline engineering services, including construction documentation, design-build requests, and comprehensive design services, with a total maximum fee of $249 million over a base year and four one-year options. This procurement is critical for ensuring effective management and execution of engineering projects in Hawaii's waterfront areas, reflecting the government's commitment to high standards in infrastructure development. Interested firms must submit their proposals electronically by April 30, 2025, 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.
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.
Architect-Engineer (A/E) Services For Long-Range Planning
Buyer not available
The Department of Defense, specifically the Naval Air Warfare Center, is seeking qualified architect-engineer firms to provide long-range planning services. The procurement aims to secure professional engineering services under NAICS code 541330, focusing on general production engineering. These services are crucial for the strategic planning and development of naval operations and infrastructure. Interested firms must submit their SF-330 documents through the Procurement Integrated Enterprise Environment (PIEE) by the extended deadline of May 13, 2025, with inquiries directed to Seunghwa Lee at seunghwa.t.lee.civ@us.navy.mil or Helen Xiong at helen.n.xiong.civ@us.navy.mil.
INDEFINITE DELIVERY/INDEFINITE QUANTITY (IDIQ) MULTIPLE AWARD TASK ORDER CONTRACTS (MATOCs) FOR ARCHITECT-ENGINEER SERVICES
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Omaha District, is seeking qualified firms for Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Task Order Contracts (MATOCs) for Architect-Engineer (A-E) services. This opportunity focuses on gathering information from firms, particularly small businesses and those owned by veterans and women, with expertise in high-security engineering projects, including Sensitive Compartmented Information Facilities (SCIFs) and classified design documentation. The anticipated contract period spans seven years, with a total projected value of approximately $249 million, emphasizing the importance of security and renovation engineering to support the Department of Defense and federal agencies. Interested firms must submit their qualifications in a single PDF by April 18, 2025, and should be registered in the System for Award Management (SAM) for eligibility. For further inquiries, contact Michelle M. Alcover at michelle.m.alcover@usace.army.mil or Tyler P. Hegge at tyler.hegge@usace.army.mil.
Architecture & Engineering Multidiscipline Survey and Mapping Services IDIQ
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers Wilmington District, is seeking qualified firms to provide multidiscipline architecture and engineering services under an Indefinite Delivery/Indefinite Quantity (IDIQ) contract for surveying and mapping services. The procurement aims to identify potential small business sources, including 8(a), HUBZone, Service Disabled Veteran Owned, and Economically Disadvantaged Women Owned Small Businesses, to perform various surveys, GIS services, and the production of maps and CADD products across North Carolina and Virginia, with potential for nationwide application. The total estimated value of the contract is $6 million, covering a base year and four one-year option periods, with a submission deadline for Statements of Capabilities set for 3:00 PM Eastern Daylight Time on April 9, 2025. Interested firms should direct their submissions to Jenifer Garland at jenifer.m.garland@usace.army.mil and Rosalind M. Shoemaker at rosalind.m.shoemaker@usace.army.mil.
DESIGN BUILD CONSTRUCTION INDEFINITE DELIVERY INDEFINITE QUANTITY MULTIPLE AWARD TASK ORDER CONTRACT
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE), is soliciting proposals for a Design-Build Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) aimed at awarding contracts to up to five small businesses for construction tasks valued at a total of $90 million over five years. The procurement process will follow a two-phase evaluation, with Phase 1 assessing past performance and management approaches, while Phase 2 will focus on technical and pricing proposals. This contract is crucial for ensuring quality construction and restoration of real property, emphasizing collaboration with USACE and adherence to strict quality control and management standards. Interested contractors must have an active registration in SAM.gov and submit proposals through the PIEE portal by April 10, 2025, with inquiries directed to Ann Adley at ann.m.adley@usace.army.mil or by phone at 978-318-8255.
A/E SERVICES FOR GEOTECHNICAL ENGINEERING AND RELATED SERVICES
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) New England District, is seeking qualified architect-engineer firms to provide geotechnical engineering and related services under an Indefinite Delivery/Indefinite Quantity (IDIQ) contract. The procurement aims to secure architectural-engineering services for various locations primarily within the New England District, covering states such as Maine, New Hampshire, Vermont, Massachusetts, Connecticut, and Rhode Island. These services are crucial for ensuring the integrity and safety of engineering projects undertaken by the USACE, reflecting the importance of recent project experience in the evaluation process. Interested firms should direct inquiries to Ann Adley at ann.m.adley@usace.army.mil or call 978-318-8255, and must adhere to the submission guidelines outlined in the amendments, including the updated page limits for the SF330 form and the emphasis on recent project experience.
Multiple Award Construction Contract (MACC) - Large Scale Military Projects
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFACSYSCOM), is soliciting proposals for a Multiple Award Construction Contract (MACC) focused on large-scale military projects in Washington D.C., Maryland, and Virginia. This Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract will encompass general construction activities, including design-bid-build and design-build projects, with a total contract value not to exceed $8 billion over an eight-year period. The projects will support various military facilities and infrastructure, emphasizing compliance with sustainability goals and safety standards. Interested contractors must submit proposals by April 29, 2025, and are encouraged to contact Molly Lawson at molly.lawson@navy.mil or Vivienne Moore at vivienne.e.moore.civ@us.navy.mil for further information.
C1DA--Philadelphia VAMC Multiple Award AE IDIQ
Buyer not available
The Department of Veterans Affairs is seeking qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) to provide architect-engineer services through Multiple Award Indefinite Delivery Indefinite Quantity (IDIQ) contracts at the Philadelphia Veterans Affairs Medical Center (VAMC). Respondents must demonstrate experience by submitting example projects that were design completed within the last five years, with at least five of those projects fully constructed. This procurement is crucial for enhancing the VA's facilities through qualified architectural engineering services, reflecting the agency's commitment to improving care for veterans. Interested parties must submit their qualifications by May 2, 2025, at 4:30 PM Eastern Time, and can contact Contracting Officer Kaitlyn House at Kaitlyn.House@va.gov or (412) 860-7204 for further information.