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
INDEFINITE DELIVERY/INDEFINITE QUANTITY CONTRACT FOR ARCHITECT-ENGINEER SERVICES FOR UTILITY ENGINEERING, UTILITY INFRASTRUCTURE MANAGEMENT, UTILITY OPERATION AND MAINTENANCE, AND UTILITY MANAGEMENT SERVICES WORLDWIDE
Buyer not available
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.
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.
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.
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.
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.
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.
A/E SERVICES FOR GEOTECHNICAL ENGINEERING AND RELATED SERVICES
Buyer not available
The Department of Defense, through 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 primarily within the New England District, covering states such as Maine, New Hampshire, Vermont, Massachusetts, Connecticut, and Rhode Island. These services are crucial for various engineering projects that require specialized geotechnical expertise to ensure safety and compliance with federal standards. Interested firms should note that proposal submissions must adhere to specific guidelines outlined in recent amendments, including the requirement for SF330 forms and the exclusion of cost submittals in initial proposals. For further inquiries, potential bidders can contact Ann Adley at ann.m.adley@usace.army.mil or call 978-318-8255.
NESDIS Architectural and Engineering IDIQ
Buyer not available
The Department of Commerce's National Oceanic and Atmospheric Administration (NOAA) is seeking qualified architect-engineer firms to provide Indefinite-Delivery, Indefinite-Quantity (IDIQ) services for the National Environmental Satellite Data and Information Service (NESDIS). The contract will encompass a range of services including project management, facility programming, design services, and construction oversight for various NESDIS facilities primarily located in the Washington DC metro area and Fairbanks, Alaska. This initiative is crucial for enhancing the operational capabilities of NESDIS, which plays a vital role in environmental data and satellite operations. Interested firms must submit their qualifications electronically by May 16, 2025, with a total submission limit of 80 pages, and should be registered in the System for Award Management (SAM) to be eligible for award. The estimated budget for this requirement is between $5 million and $10 million.
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.