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
    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
    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.
    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.
    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.
    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.
    Similar Opportunities
    AE IDIQ Design and Engineering Services for Waterfront -Small Projects - HR AOR
    Buyer not available
    The Department of Defense, through the NAVFACSYSCOM Mid-Atlantic office, is seeking qualified small businesses to provide architect-engineer design and engineering services for small waterfront projects in the Hampton Roads Area of Responsibility (HR AOR). This Indefinite Delivery Indefinite Quantity (IDIQ) contract, valued at up to $95 million over a five-year period, will encompass planning, design, and construction services related to military waterfront facilities and utility systems. The procurement emphasizes the importance of specialized experience, qualifications, and past performance, ensuring that selected firms adhere to federal standards and safety regulations. Interested contractors must submit their proposals electronically by April 14, 2025, and can direct inquiries to Demetrice Jenkins at demetrice.jenkins2.civ@us.navy.mil or Amanda Bricker at amanda.bricker@navy.mil for further information.
    A&E IDIQ Contracts for Naval Architecture and Marine Engineering Support
    Buyer not available
    The National Oceanic and Atmospheric Administration (NOAA) is seeking qualified small business firms to provide Architect-Engineer (A-E) support in naval architecture and marine engineering through an Indefinite Delivery/Indefinite Quantity (IDIQ) contract. The objective of this procurement is to enhance NOAA's capabilities in managing its fleet of research and survey vessels, which includes conducting feasibility studies, detailed designs, systems analyses, and fleet support studies. This contract, valued at a maximum of $2.95 million over a 60-month period, emphasizes the importance of specialized experience and professional qualifications in the evaluation process. Interested firms must submit their qualifications using GSA Standard Form 330 by March 24, 2025, and can direct inquiries to Andre Frantz at Andre.Frantz@noaa.gov or Andrew Northcutt at andrew.northcutt@noaa.gov.
    ARCHITECTURAL-ENGINEERING (A-E) SERVICES FOR GEOTECHNICAL ENGINEERING AND RELATED SERVICES FOR VARIOUS LOCATIONS WITHIN THE U.S. ARMY CORPS OF ENGINEERS (USACE) NORTH ATLANTIC DIVISION BOUNDARIES (BUT PRIMARILY IN THE NEW ENGLAND DISTRICT (NAE))
    Buyer not available
    The U.S. Army Corps of Engineers (USACE) is seeking qualified architect-engineering firms to provide geotechnical engineering services under an Indefinite Delivery/Indefinite Quantity (IDIQ) contract, primarily within the New England District, which includes Maine, New Hampshire, Vermont, Massachusetts, Connecticut, and Rhode Island. The contract, valued at up to $10 million over five years, will encompass subsurface exploration, geophysical surveys, geotechnical analyses, and construction oversight, with firms required to demonstrate their ability to manage multiple concurrent task orders and execute approximately $2 million per year. This procurement is crucial for ensuring quality and efficiency in infrastructure projects, emphasizing the importance of local expertise and past performance in the selection process. Interested firms must submit their proposals, including Parts I and II of the SF 330, by April 30, 2025, and can direct inquiries to Ann Murphy Adley at ann.m.adley@usace.army.mil or by phone at 978-318-8255.
    Indefinite-Delivery/Indefinite-Quantity (IDIQ) Multiple Award Construction Contract (MACC) for facilities within the NAVAC Washington Area of Operations (AO) to include Washington DC (DC), Virginia (VA), and Maryland (MD)
    Buyer not available
    The Department of the Navy is issuing a pre-solicitation notice for an Indefinite-Delivery/Indefinite-Quantity (IDIQ) Multiple Award Construction Contract (MACC) aimed at large-scale general construction projects within the Washington D.C., Maryland, and Virginia areas. This contract will utilize a firm-fixed-price model and encompass a variety of construction activities, including demolition, repair, and renovation of facilities, with a total funding ceiling of $8 billion over an eight-year period. The solicitation promotes full and open competition, requiring large business offerors to submit a small business subcontracting plan, and the anticipated issuance of the Request for Proposals (RFP) is expected around March 2025. Interested parties should contact Molly Lawson at molly.e.lawson.civ@us.navy.mil or 202-716-5845 for further information and must be registered in the System for Award Management (SAM) to participate.
    C1DA--Philadelphia VAMC Multiple Award AE IDIQ
    Buyer not available
    The Department of Veterans Affairs is seeking qualified architect-engineer firms for a Multiple Award Architectural and Engineering Indefinite Delivery Indefinite Quantity (IDIQ) contract at the Philadelphia Veterans Affairs Medical Center (VAMC). The objective is to provide comprehensive A-E services for maintenance, repair, and new construction projects, ensuring adherence to VA and industry standards while focusing on functional, patient-centric, and environmentally responsible designs. This procurement is particularly significant as it promotes the involvement of Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and aims to enhance the infrastructure supporting veteran care. Interested firms must submit their SF330 forms by April 18, 2025, with a maximum combined task order amount of $7 million per contract over a five-year duration. For further inquiries, contact Kaitlyn House at Kaitlyn.House@va.gov or call 302-577-0106.
    INDEFINITE DELIVERY/INDEFINITE QUANTITY CONTRACT FOR ARCHITECT-ENGINEER SERVICES FOR VARIOUS UTILITY SYSTEMS STUDIES AT VARIOUS LOCATIONS IN ALL AREAS UNDER THE COGNIZANCE OF NAVFAC PACIFIC
    Buyer not available
    The Department of Defense, through NAVFAC Pacific, is seeking qualified architect-engineer firms for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract focused on various utility systems studies at locations under its jurisdiction. The contract aims to provide engineering services that include conducting utility system studies, with an emphasis on technical proficiency and comprehensive qualifications beyond mere possession of relevant software tools. This opportunity is particularly significant as it supports the maintenance and enhancement of critical utility systems, ensuring operational efficiency and safety. Interested small businesses must submit their qualifications via the SF330 form by March 15, 2025, at 12:00 PM Hawaii Standard Time, and can direct inquiries to Mitchell Yoshimura at mitchell.s.yoshimura@navy.mil or Erik Torngren at erik.torngren@navy.mil.
    PROFESSIONAL ENGINEERING SERVICES FOR POST AWARD DESIGN AND CONSTRUCTION SERVICES OF DESIGN-BID-BUILD AND DESIGNBUILD PROJECTS FOR DISASTER RECOVERY REPAIRS AT PENSACOLA, FLORIDA AND MAINTENANCE FACILITY AND HANGAR RENOVATIONS AT CORPUS CHRISTI, TEXAS.
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Systems Command Southeast, is seeking qualified firms to provide professional engineering services for post-award design and construction related to disaster recovery repairs in Pensacola, Florida, and maintenance facility and hangar renovations in Corpus Christi, Texas. The procurement aims to engage firms with relevant experience in disaster recovery, requiring them to demonstrate their capabilities and past performance in a market research questionnaire. This initiative is crucial for ensuring the effective restoration and renovation of military facilities, with a contract value anticipated to range from $10 million to $150 million, covering services from fiscal year 2025 to 2028. Interested firms must submit their responses by March 11, 2025, and can contact Donald S. Quince at Donald.s.quince.civ@us.navy.mil or by phone at 904-542-6685 for further information.
    DESIGN-BUILD NSWCPD PACKAGE 2 B77-87 COMPLEX EMERGENCY EXIT AND EGRESS PATHWAY REPAIRS, B77-87 COMPLEX EMERGENCY LIGHTING AND EXIT SIGNAGE, B87 FA MNS UPGRADE, B77-87 COMPLEX SPRINKLER SYSTEM REPAIRS
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for a design-build contract focused on various repair and upgrade projects at the Philadelphia Naval Yard Annex. The scope of work includes emergency exit pathway repairs, enhancements to emergency lighting and signage, upgrades to the fire alarm and mass notification systems, and repairs to the sprinkler system. This initiative is critical for maintaining safety and compliance within military facilities, ensuring that infrastructure meets current operational standards. Proposals are due by March 24, 2025, with a site visit scheduled for February 20, 2025, and interested contractors can contact Brittany Cristelli at brittany.cristelli@navy.mil or by phone at 757-341-1978 for further information.
    Architect Engineer Support to Mobile District Planning and Environmental Division
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Mobile District, is seeking qualified small businesses to provide Architect-Engineer (AE) services for the Planning and Environmental Division. The procurement aims to establish an Indefinite Delivery/Indefinite Quantity (IDIQ) contract for services that include the preparation of master plans for military and civil facilities, with a focus on NEPA compliance, biological evaluations, and public involvement coordination. This opportunity is crucial for ensuring effective planning and environmental management in military operations, and interested firms must demonstrate relevant experience and capabilities, particularly in Military Master Planning. Submissions are due by March 17, 2025, and must be sent via email to the designated contacts, Jeffrey Donaldson and Elizabeth Trimble, for further inquiries.
    MILITARY CONSTRUCTION PROJECT (MILCON) P1062 DESIGN-BID-BUILD, DRY DOCK 3 MODERNIZATION, NORFOLK NAVAL SHIPYARD, PORTSMOUTH, VIRGINIA
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC), is soliciting proposals for the Design-Bid-Build modernization of Dry Dock 3 at the Norfolk Naval Shipyard in Portsmouth, Virginia. This project aims to refurbish critical infrastructure, including rebuilding caisson seats, upgrading utility systems, and enhancing fire protection measures, all while ensuring compliance with safety and environmental regulations. The modernization is vital for maintaining operational readiness and supporting the U.S. Navy's long-term mission capabilities. Interested contractors must submit their proposals electronically by May 8, 2025, with a minimum requirement for small business participation set at 20% of the contract value. For further inquiries, potential bidders can contact Daniel Rocha at daniel.r.rocha2.civ@us.navy.mil or Stephanie Wray at stephanie.l.wray2.civ@us.navy.mil.