Sources Sought Notice
ID: DOIDFBO250029Type: Sources Sought
Overview

Buyer

INTERIOR, DEPARTMENT OF THEDEPARTMENTAL OFFICESIBC ACQ SVCS DIRECTORATE (00004)HERNDON, VA, 20170, USA

NAICS

Engineering Services (541330)
Timeline
    Description

    The Department of the Interior, through the Interior Business Center Acquisition Directorate, is issuing a Sources Sought Notice to assess interest and capabilities among both large and small business concerns, including 8(a), HUBZone, and Service-Disabled Veteran-Owned Small Business (SDVOSB) categories, for providing architectural and engineering (A&E) and construction services for the U.S. Army Combat Capabilities Development Command (DEVCOM) Armaments Center. The procurement aims to support facility modernization efforts, particularly the upgrade of over 400 buildings at Picatinny Arsenal, NJ, and Benet Labs, NY, with a focus on compliance with federal, state, and local regulations, including safety and environmental standards. Interested firms are required to submit a ten-page capabilities statement detailing their qualifications and relevant project experience, with a deadline for responses to be determined; the contract is valued at up to $50 million over five years. For further inquiries, interested parties may contact David Ialenti at DAVID_IALENTI@IBC.DOI.GOV or by phone at 703-964-3651.

    Point(s) of Contact
    Ialenti, David
    (703) 964-3651
    (303) 969-5392
    DAVID_IALENTI@IBC.DOI.GOV
    Files
    Title
    Posted
    The U.S. Army DEVCOM Armaments Center is issuing an Indefinite Delivery/Indefinite Quantity contract for facility modernization, focusing on upgrading over 400 buildings at Picatinny Arsenal, NJ, and Benet Labs, NY. The contract, valued at up to $50 million over five years, will engage a contractor for rapid response in design, construction, and maintenance efforts to support cutting-edge weapons and ammunition development. Task Orders will cover activities such as reconnaissance and feasibility studies, repairs, and replacements, with specific standards and completion guidelines. Contractors must ensure compliance with federal, state, and local regulations, including safety and environmental standards. The workforce will be primarily U.S. citizens, requiring clearance and adherence to safety protocols. This initiative reflects the Army's commitment to maintaining and enhancing its operational capabilities through modernization while ensuring environmental compliance and safety across all facilities involved.
    The Department of the Interior is issuing a Sources Sought Notice to gauge interest and capabilities among Large and Small Business concerns, including specific categories such as 8(a), HUBZone, and Service-Disabled Veteran-Owned Small Business (SDVOSB), in providing architectural and engineering (A&E) and construction services for the U.S. Army Combat Capabilities Development Command (DEVCOM) Armaments Center. This notice is intended solely for market research and is not a formal solicitation; responding will not obligate the Government or guarantee future opportunities. Interested firms should submit a ten-page capabilities statement that includes their business size, qualifications demonstrated through relevant project examples, and information on subcontracting practices if applicable. The NAICS code for this acquisition is 541330, concerning engineering services, with a size standard of $25.5 million. The notice encourages a focus on small business participation and outlines submission protocols, including a deadline for responses. Firms must be registered in the System for Award Management (SAM) and certified for relevant programs where applicable. Contacts for further inquiries are provided.
    Lifecycle
    Title
    Type
    Sources Sought Notice
    Currently viewing
    Sources Sought
    Similar Opportunities
    C--Sources Sought Notice
    Interior, Department Of The
    The Department of the Interior, specifically the National Park Service (NPS), is seeking qualified architect-engineer firms to provide multi-disciplinary design services through a Sources Sought Notice. This procurement aims to gather information on interested businesses to develop an acquisition strategy for a competitive Multiple Award Indefinite Delivery Indefinite Quantity (IDIQ) contract, which will cover a five-year ordering period with a maximum value of $150 million and individual task orders not exceeding $3 million. The services will support projects located throughout the Intermountain Region and potentially nationwide, emphasizing the importance of professional licenses and compliance with federal regulations. Interested firms must respond by January 16, 2026, at 3:00 PM Mountain Time, and can contact Edwin Berry at edwinberry@contractor.nps.gov or by phone at 303-969-2288 for further information.
    Facility Investment Services for 99th Readiness Division (RD), Region 4C
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, Philadelphia District, is seeking qualified small businesses to provide Facility Investment Services for the 99th Readiness Division, Region 4C. The procurement aims to identify capable firms for Preventive Maintenance (PM) and Corrective Maintenance (CM) services, which include maintenance and repair of building exteriors, interior systems, and various infrastructure components. This initiative is crucial for ensuring the sustainment, restoration, and modernization of facilities in West Virginia and Western Virginia, with an estimated five-year ordering period. Interested parties must submit their capability statements and relevant documentation by December 16, 2025, at 5:00 PM EST to Tiffany Chisholm at tiffany.z.chisholm@usace.army.mil, and all employees must meet specific security requirements.
    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.
    Facility Investment Services for 99th Readiness Division (RD), Region 4B
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, Philadelphia District, is conducting a Sources Sought Notice (W912BU25RAR4B) to identify qualified small businesses capable of providing Facility Investment Services (FIS) for the 99th Readiness Division, Region 4B. The procurement aims to secure preventive and corrective maintenance services, focusing on sustainment, restoration, and modernization (SRM) of facilities, which includes extensive work on building exteriors, interior systems, and various maintenance and repair tasks. This initiative is crucial for maintaining operational readiness and ensuring the longevity of military infrastructure in Western Pennsylvania and Northern West Virginia. Interested firms must submit their capability statements, past performance, and business size classifications by December 16, 2025, to Tiffany Chisholm at tiffany.z.chisholm@usace.army.mil.
    Facility Investment Services for 99th Readiness Division (RD), Region 4A
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, Philadelphia District, is seeking qualified small businesses to provide Facility Investment Services (FIS) for the 99th Readiness Division (RD), Region 4A. The procurement aims to identify contractors capable of performing Preventive Maintenance (PM) and Corrective Maintenance (CM) for various infrastructure sustainment, restoration, and modernization tasks across Western New York and Northwestern Pennsylvania. This initiative is crucial for maintaining the operational readiness of facilities, ensuring they remain in good working order through necessary maintenance and repair activities. Interested parties must submit their capability statements and relevant documentation by December 16, 2025, to Tiffany Chisholm at tiffany.z.chisholm@usace.army.mil, with inquiries directed to either Tiffany or Cherita Williams at the provided contact details.
    Civil Works Multi-Discipline Architect/Engineer (A/E) Multiple Award Task Order Contract (MATOC)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army through the W2SD Endist Baltimore office, is seeking qualified architect-engineer firms for a Civil Works Multi-Discipline Architect/Engineer (A/E) Multiple Award Task Order Contract (MATOC). This procurement is focused on engineering services, excluding projects for vertical construction facilities, and is set aside for small businesses under the SBA guidelines. The anticipated solicitation issuance date is December 20, 2025, with additional time allocated for proposal submissions due to the holiday season. Interested firms can reach out to Evan Cyran at evan.m.cyran@usace.army.mil or 410-962-6037, or Sherry Rhoden at sherry.s.rhoden@usace.army.mil or 443-890-3871 for further information.
    Commercial and Institutional Building Construction
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Warfare Center Aircraft Division (NAWCAD), is seeking small businesses to participate in a Blanket Purchase Agreement (BPA) for commercial and institutional building construction services. This procurement aims to establish BPAs to facilitate the expeditious acquisition of various construction requirements in support of Naval operations, particularly in areas such as Aircraft Launch and Recovery Equipment and Common Support Equipment. Interested vendors must submit their capabilities statements, including their Cage Code and Unique Entity Identifier (UEID), by March 11, 2026, to be considered for the BPA, which will be awarded based on qualifications without a formal Request for Proposal. For further inquiries, vendors can contact Karin Quagliato at karin.a.quagliato.civ@us.navy.mil.
    Sources Sought - Ground Based Strategic Deterrent (GBSD) Sentinel Consolidated Vehicle Maintenance Complex (CVMC) Minot AFB, ND
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is conducting market research for potential prime contractors capable of constructing the Ground Based Strategic Deterrent (GBSD) Sentinel Consolidated Vehicle Maintenance Complex (CVMC) at Minot Air Force Base, North Dakota. The project involves the design and construction of two facilities, including a Vehicle Maintenance Facility and a Vehicle Operations Facility, with a total construction magnitude estimated between $100 million and $250 million. This initiative is critical for enhancing the operational capabilities of the military and ensuring compliance with Department of Defense standards, including cybersecurity requirements. Interested contractors must demonstrate their bonding capability of at least $123 million and submit their qualifications by 2:00 PM CST on December 30, 2025, to Ariel Vogan at ariel.e.vogan@usace.army.mil, with a courtesy copy to John Solomon at john.s.solomon@usace.army.mil.
    Notification to the public of consolidation of contract requirements
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, Mobile District, is initiating a procurement for an Indefinite Delivery Indefinite Quantity (IDIQ) Single Award Task Order Contract (SATOC) valued at $4.5 million for general repair and construction services at the Engineer Research and Development Center (ERDC) in Vicksburg, Mississippi. This contract aims to consolidate multiple discrete site requirements into a single procurement to enhance operational efficiency, streamline acquisition processes, and ensure timely completion of critical repair and construction tasks, particularly as the fiscal year concludes. The consolidation is aligned with the Small Business Administration’s 8(a) Business Development Program, supporting small business participation while providing flexibility and cost efficiency. Interested parties can contact Kenneth Harlan at kenneth.p.harlan@usace.army.mil for further details.
    FY23-28 General Construction Services BPA - W911S223S8000
    Dept Of Defense
    The Department of Defense, through the Mission and Installation Contracting Command (MICC) at Fort Drum, New York, is seeking multiple HUBZone small businesses to establish a Blanket Purchase Agreement (BPA) for General Construction Services from fiscal years 2023 to 2028. The BPA aims to facilitate various construction projects, including new work, additions, alterations, and maintenance of real property facilities, with an estimated total value of $15 million across approximately 35 projects annually, each averaging around $75,000. Interested contractors must comply with specific requirements, including obtaining payment bonds for projects exceeding $35,000, adhering to Davis-Bacon wage rates, and registering in the System for Award Management (SAM) and Wide Area Workflow (WAWF). Responses from interested parties must be submitted electronically by August 28, 2023, to the primary contact, Lyndsie Hall, at lyndsie.j.hall.civ@army.mil, including necessary documentation such as UEI, CAGE, Tax ID, and a capability statement.