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
    INDEFINITE DELIVERY/INDEFINITE QUANTITY CONTRACT FOR ARCHITECT-ENGINEER SERVICES FOR FACILITIES MANAGEMENT AND SUSTAINMENT SUPPORT PREDOMINANTLY IN THE NAVAL FACILITIES ENGINEERING SYSTEMS COMMAND ATLANTIC AREA OF OPERATIONS, BUT ALSO 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 facilities management and sustainment support. The contract, estimated at $90 million over a five-year period, will involve key tasks such as facility assessments, engineering studies, and maintenance planning to support the Navy’s Sustainment, Restoration, and Modernization (SRM) Program. This procurement is crucial for enhancing infrastructure management capabilities within the NAVFAC Atlantic area and beyond, promoting competition among firms while ensuring compliance with small business subcontracting goals. Interested parties must submit their responses electronically by March 27, 2025, and can direct inquiries to Star Hanchey at star.m.hanchey.civ@us.navy.mil or Edward Flint at edward.d.flint.civ@us.navy.mil.
    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.
    Professional Services to support the Navy's Public Works Directorate work within the Naval Facilities Engineering Systems Command's (NAVFAC) Atlantic and Pacific (CONUS and OCONUS, WORLDWIDE) Area of Operations
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC), is seeking proposals for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract to provide professional services supporting the Navy's Public Works Directorate across its Atlantic and Pacific areas of operations. The contract aims to enhance utility management, energy conservation, and operational efficiency at Navy installations worldwide, requiring contractors to demonstrate substantial expertise in managing electric, civil, and mechanical utility systems. With an estimated maximum value of $90 million, the contract includes a base period of 12 months and four optional 12-month extensions, with proposals due by February 24, 2025. Interested parties can contact Jamie Oyelowo at jamie.l.oyelowo.civ@us.navy.mil or Weston Polen at weston.c.polen.civ@us.navy.mil for further details.
    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 establish multiple Indefinite Delivery/Indefinite Quantity (IDIQ) contracts aimed at supporting various projects within the North Atlantic Division. The procurement anticipates awarding up to twelve contracts, with a target of six reserved for small businesses, to provide comprehensive A/E services, including design, planning, environmental documentation, and construction support, with a total contract capacity not exceeding $500 million. These services are crucial for the sustainment, restoration, and maintenance of military and civil works projects, ensuring compliance with federal regulations and standards. Interested firms should contact Erica Stiner or Leigha Arnold for further details, with the solicitation expected to be issued in the second quarter of FY25.
    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 selected contractors will assist with various tasks related to NOAA's fleet, including feasibility studies, detailed designs, systems analyses, and fleet support studies for research and survey vessels. This procurement is crucial for enhancing NOAA's operational capabilities and ensuring compliance with safety and quality standards in marine operations. Interested firms must submit their qualifications using GSA Standard Form 330 by March 6, 2025, with a total contract value of up to $2.95 million over a 60-month period. For further inquiries, contact Andre Frantz at Andre.Frantz@noaa.gov or 757-317-0686.
    N4008425R0060 / INDEFINITE-DELIVERY INDEFINITE-QUANTITY ARCHITECT-ENGINEER SERVICES FOR MECHANICAL ENGINEERING, DESIGN, SPECIFICATION WRITING, COST ESTIMATING, AND RELATED SERVICES WITHIN JAPAN
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC) Far East, is seeking qualified architect-engineer firms to provide Indefinite Delivery Indefinite Quantity (IDIQ) services for mechanical engineering projects in Japan. The contract, valued at up to $49 million over five years, will encompass a range of services including design and specification writing, cost estimating, and post-construction award services for various projects, all in compliance with U.S. and Japanese laws. Interested firms must demonstrate specialized experience in areas such as HVAC systems and fire protection, and submit their qualifications via the Standard Form SF 330 by the specified deadlines. For inquiries, firms can contact Luz Baron at luz.m.baron.civ@us.navy.mil or Kyong Yu at kyong.h.yu2.civ@us.navy.mil.
    Indefinite-Delivery/Indefinite-Quantity (IDIQ) Multiple Award Construction Contract (MACC) for facilities within the NAVAC Washington Area of Responsibility (AOR) to include Washington DC (DC), Virginia (VA), and Maryland (MD)
    Buyer not available
    The Department of Defense, through the Department of the Navy, is issuing a Special Notice for an Indefinite-Delivery/Indefinite-Quantity (IDIQ) Multiple Award Construction Contract (MACC) for facilities within the NAVAC Washington Area of Responsibility, which includes Washington D.C., Virginia, and Maryland. This procurement aims to engage contractors for large-scale construction projects, with a maximum contract value of $8 billion, structured over a two-year base period and up to two additional three-year option periods. The selected contractors will be responsible for various construction tasks, including the design and construction of an Aircraft Development and Maintenance Facility at Naval Air Station Patuxent River, MD, emphasizing the importance of quality proposals that demonstrate management capabilities, corporate experience, and small business participation. Interested parties can contact Molly Lawson at molly.e.lawson.civ@us.navy.mil or call 202-716-5845 for further details and to access project drawings and specifications.
    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 to provide indefinite delivery/indefinite quantity (IDIQ) services for various utility systems studies at multiple locations under its jurisdiction. The procurement aims to secure engineering services that will support the assessment and improvement of utility systems, which are critical for maintaining operational readiness and efficiency at military installations. Interested firms must submit their qualifications using the SF330 form by March 15, 2025, at 12:00 PM Hawaii Standard Time, as this opportunity is set aside for small businesses under the SBA guidelines. For further inquiries, potential bidders can contact Mitchell Yoshimura at mitchell.s.yoshimura@navy.mil or Erik Torngren at erik.torngren@navy.mil.
    Design Build Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC)
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers New England District, is seeking qualified small businesses for a Design Build Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) valued at up to $90 million. This contract will encompass design and construction services for various projects, including new construction, rehabilitation, and maintenance of both vertical and horizontal structures across the North Atlantic Division Area of Responsibility. Task orders are expected to range from $3 million to $10 million, with a contract ordering period of five years. Interested parties should note that this is a presolicitation notice, and the Request for Proposal (RFP) will be available in early February 2025; inquiries can be directed to Ann Murphy Adley at ann.m.adley@usace.army.mil or by phone at 978-318-8255.
    Y--IDIQ MULTIPLE AWARD CONSTRUCTION CONTRACT FOR FACILITIES PRIMARILY LOCATED WITH THE AREA OF RESPONSIBILITY OF NAVFAC MIDLANT,PWD NEW LONDON,CT AND PWD,NEWPORT, RI.
    Buyer not available
    Presolicitation DEPT OF DEFENSE is seeking an 8(a) set-aside Design-Build / Design-Bid-Build Indefinite Delivery Indefinite Quantity (IDIQ) Firm Fixed Price Multiple Award Construction Contract (MACC) for activities within the mid-Atlantic region of the United States including support to Naval Submarine Base New London, CT and Naval Station Newport, RI. The contract is limited to certified 8(a) firms and has a duration of one year with four one-year option periods. The estimated construction cost for all contracts is not to exceed $95,000,000.00 for the life of the contract. The initial project to be awarded is miscellaneous repairs to Naval Submarine Support Facility Buildings at Naval Submarine Base New London, CT. The NAICS Code is 236220.