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 DESIGN, ENGINEERING, SPECIFICATION WRITING, COST ESTIMATING, AND RELATED SERVICES FOR MILCON AND OTHER PROJECTS AT VARIOUS LOCATIONS UNDER THE COGNIZANCE OF NAVFAC HAWAII
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC) Hawaii, is soliciting proposals for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract for multi-discipline architect-engineer services. This procurement aims to engage highly qualified firms to provide design, engineering, specification writing, cost estimating, and related services for Military Construction (MILCON) and other projects, primarily in Hawaii but potentially worldwide. The contract encompasses a base period of one year, with four additional one-year options and a six-month extension, totaling a maximum fee of $200,000,000. Interested firms must submit their qualifications using Standard Form SF330 by December 17, 2025, and are encouraged to review the attached documents for detailed requirements and evaluation criteria, including specialized experience and commitment to small business participation. For further inquiries, contact Brittney Lazo at brittney.a.lazo.civ@us.navy.mil or Kris Nakashima-Wong at kris.e.nakashima-wong.civ@us.navy.mil.
    INDEFINITE DELIVERY/INDEFINITE QUANTITY CONTRACT FOR MULTI-DISCIPLINE ARCHITECT-ENGINEER SERVICES FOR VARIOUS MULTI-DISCIPLINE ENGINEERING AND RELATED PROJECTS UNDER THE COGNIZANCE OF NAVAL FACILITIES ENGINEERING SYSTEMS COMMAND, HAWAII
    Dept Of Defense
    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 to provide multi-discipline architect-engineer services for various projects primarily located in Hawaii, with potential for worldwide application. The contract, which is a total small business set-aside, includes a base period of one year with four additional one-year options and a six-month extension, with a total fee not exceeding $20 million and a guaranteed minimum of $3,000. The selected firm will be responsible for a range of services including project documentation, design-build documents, engineering studies, and post-construction services, with task orders valued between $5,000 and $1.5 million. Interested firms must submit their qualifications via the SF330 form by December 30, 2025, at 2:00 PM Hawaii Standard Time, and are encouraged to contact Kelcie Kimura or Kris Nakashima-Wong for further information.
    Facility Planning Services A-E IDIQ Sources Sought Notice
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command Southwest (NAVFAC SW), is seeking qualified small businesses, including 8(a), HUBZone, Woman-Owned Small Businesses (WOSB), and Service-Disabled Veteran-Owned Small Businesses (SDVOSB), for a potential Architect-Engineer (A-E) Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract for Facility Planning Services. The primary objective is to identify firms capable of providing a range of A-E services, including project planning documents and shore infrastructure master planning, for various Navy and Marine Corps installations across California, Arizona, Nevada, Colorado, New Mexico, and Utah, with a focus on Southern California. This contract, estimated at $30 million over five years, will require interested firms to submit their qualifications using the SF330 form by December 18, 2025, detailing relevant experience and key personnel, including an AICP certified planner and a Registered Architect. For further inquiries, interested parties may contact Britney Machado-Potestio at britney.l.machado-potestio.civ@us.navy.mil.
    INDEFINITE QUANTITY ARCHITECT-ENGINEER SERVICES FOR VARIOUS STRUCTURAL AND WATERFRONT PROJECTS AND OTHER PROJECTS AT LOCATIONS UNDER THE COGNIZANCE OF NAVAL FACILITIES ENGINEERING COMMAND, PACIFIC
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Pacific (NAVFACSYSCOM PACIFIC), is seeking qualified architect-engineer firms to provide indefinite quantity services for various structural and waterfront projects. The procurement aims to secure professional services that will support the design and engineering needs for projects under the command's jurisdiction, emphasizing the importance of structural engineering expertise in maintaining and enhancing naval facilities. Interested firms can reach out to Erik S. Torngren at erik.torngren@navy.mil or 808-474-6476, or Shaun M. Chow at shaun.chow@navy.mil or 808-471-1166 for further details regarding the attached justification and approval document.
    Y--IDIQ SB MACC FOR NEW CONSTRUCTION, REPAIR, AND RENOVATION OF VARIOUS FACILITIES AT PUBLIC WORKS DEPARTMENT (PWD) ANNAPOLIS, PAX RIVER, SOUTH POTOMAC AND ROICC ANDREWS NAVFAC WASHINGTON AOR
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC) Washington, is seeking contractors for an Indefinite Delivery Indefinite Quantity (IDIQ) contract for new construction, repair, and renovation of various facilities at the Public Works Department (PWD) locations, including Annapolis, Pax River, South Potomac, and ROICC Andrews. The procurement involves providing comprehensive services such as repairs, renovations, new construction, and alterations to shore facilities and utilities, with work potentially extending to any NAVFAC location within the Continental United States. This contract is crucial for maintaining and enhancing the operational capabilities of government facilities, ensuring they meet current standards and requirements. Interested contractors can reach out to Frank G. Decker at frank.g.decker.civ@us.navy.mil or Tre'von Taylor at trevon.r.taylor2.civ@us.navy.mil for further information.
    Engineering Services for Specialized Antennas, Towers, Hangars, and Communication Facilities, Worldwide
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering and Expeditionary Warfare Center (NAVFAC EXWC), is seeking qualified architect-engineer firms to provide engineering services for specialized antennas, towers, hangars, and communication facilities worldwide. This procurement involves an Indefinite Delivery/Indefinite Quantity (IDIQ) contract aimed at supporting various specialized Department of Defense facility projects, emphasizing the critical nature of these services for military operations. Interested small businesses are encouraged to participate, as this opportunity is set aside for total small business participation under FAR 19.5. For further details, including solicitation documents, interested parties should contact Jonathan Demorest at jonathan.p.demorest.civ@us.navy.mil or Anthony Gonzales at anthony.j.gonzales104.civ@us.navy.mil, with the solicitation available through the PIEE Solicitation Module on SAM.gov.
    ARCHITECT/ENGINEERING SERVICES FOR ENVIRONMENTAL INVESTIGATIONS, PERMIT APPLICATIONS AND RELATED STUDIES AT VARIOUS NAVY AND MARINE CORPS ACTIVITIES, PACIFIC BASIN AND INDIAN OCEAN AREAS
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command Pacific (NAVFAC PAC), is seeking qualified architect-engineer firms to provide professional services for environmental investigations, permit applications, and related studies at various Navy and Marine Corps activities primarily in Hawaii, Guam, Japan, and other locations within the Pacific Basin and Indian Ocean areas. The selected firms will be responsible for a range of services including compliance with environmental regulations, preparation of analytical studies, technical evaluations, and management plans, with a focus on water, wastewater, stormwater, and hazardous waste management. Interested small businesses, including those that are HUBZone, woman-owned, service-disabled veteran-owned, and other small business categories, must submit their qualifications and experience using the Information Summary Matrix by December 29, 2025, at 2:00 PM HST, with a projected contract value of up to $30 million over a potential five-year period. For further inquiries, contact Rachel Isara-Phan at rachel.m.isara-phan.civ@us.navy.mil or Kylee Chun at kylee.k.chun.civ@us.navy.mil.
    FY26 A-E IDIQ Arnold AFB
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is seeking qualified architect-engineer firms for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract at Arnold Engineering Development Complex (AEDC) in Tennessee. The contract will encompass a range of professional services, including engineering studies, designs, specifications, and cost estimates for maintenance, repair, and minor construction projects across various engineering disciplines such as architectural, civil, structural, mechanical, and environmental engineering. This procurement is critical for ensuring compliance with federal and Air Force building codes and standards, with an estimated maximum contract value of $30 million over a base year plus seven option years, and individual task orders ranging from $25,000 to $1 million. Interested firms are encouraged to submit a Contractor Capability Survey by January 23, 2026, to the primary contact, Noah Bean, at noah.bean.1@us.af.mil, or the secondary contact, James Laney, at james.laney.3@us.af.mil.
    INDEFINITE DELIVERY INDEFINITE QUANTITY UNRESTRICTED MULTIPLE AWARD CONSTRUCTION CONTRACT FOR NEW CONSTRUCTION, RENOVATION, AND REPAIR OF COMMERCIAL AND INSTITUTIONAL FACILITIES USING ALTERNATIVE CONSTRUCTION METHODS (ACM) AT VARIOUS GOVERNMENT INSTALLATI
    Dept Of Defense
    The Department of Defense, through the Department of the Navy's NAVFACSYSCOM Southwest, is seeking contractors for an Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Construction Contract focused on new construction, renovation, and repair of commercial and institutional facilities using Alternative Construction Methods (ACM) across various government installations in California, Arizona, Nevada, Utah, Colorado, and New Mexico. This procurement aims to award approximately eight contracts through a two-phase design-build selection procedure, emphasizing technical approach, experience, past performance, safety, and price, with a total estimated value exceeding $2.5 billion. The contract period spans two years with an option for an additional three years, and task orders will range from $15 million to $250 million, with a minimum guarantee of $5,000 for each awardee. Interested contractors should contact Shane Mahelona at shane.k.mahelona.civ@us.navy.mil or 619-705-4631, and must monitor the SAM website for the solicitation, expected to be posted on or about July 16, 2025.
    Multiple Award Construction Contract (MACC) - Large Scale Military Projects
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFACSYSCOM) Washington, 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 services, including design-build and design-bid-build projects, with a total contract value not to exceed $8 billion over an eight-year period. The selected contractors will be responsible for a variety of construction tasks, including new construction, renovation, and demolition of facilities supporting military operations. Interested parties must submit both price and non-price proposals by January 14, 2026, with inquiries directed to Holly Snow at holly.r.snow.civ@us.navy.mil or Molly Lawson at Molly.e.lawson.civ@us.navy.mil.