Architect-Engineer (A/E) Services For Long-Range Planning
ID: N6893625R0024Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVAL AIR WARFARE CENTERCHINA LAKE, CA, 93555-6018, USA

NAICS

Engineering Services (541330)

PSC

ARCHITECT AND ENGINEERING- GENERAL: PRODUCTION ENGINEERING (C215)
Timeline
  1. 1
    Posted Apr 3, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 18, 2025, 12:00 AM UTC
  3. 3
    Due May 13, 2025, 7:00 PM UTC
Description

The Department of Defense, specifically the Naval Air Warfare Center, is soliciting qualified architect-engineer firms to provide long-range planning services. The procurement aims to secure engineering services under NAICS code 541330, focusing on production engineering as outlined in PSC code C215. These services are critical for the strategic planning and development of projects at the NAWCWD facility in China Lake, California. Interested firms should note that there is no downloadable Request for Proposal package; all necessary information for submitting the SF-330 document is included in the solicitation. For further inquiries, potential bidders can contact Seunghwa Lee at seunghwa.t.lee.civ@us.navy.mil or Helen Xiong at helen.n.xiong.civ@us.navy.mil.

Files
No associated files provided.
Lifecycle
Title
Type
Solicitation
Presolicitation
Similar Opportunities
INDEFINITE DELIVERY/INDEFINITE QUANTITY CONTRACT FOR ARCHITECT-ENGINEER SERVICES FOR ARCHITECTURAL PROJECTS AT VARIOUS LOCATIONS UNDER THE COGNIZANCE OF NAVAL FACILITIES ENGINEERING SYSTEMS COMMAND, PACIFIC
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Command, Pacific, is seeking qualified architect-engineer firms for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract focused on architectural projects at various locations. The contract aims to provide multi-discipline architect-engineer services, with a total maximum fee of $249 million over a base period of one year and four optional years, emphasizing the importance of sustainable design practices and small business participation. Interested firms must submit an SF 330 form by June 3, 2025, and will be evaluated based on their specialized experience, qualifications of key personnel, and past performance, with a guaranteed minimum fee of $10,000. For further inquiries, interested parties can contact Wanda L. Okemura at wanda.okemura@navy.mil or Erik Torngren at erik.s.torngren.civ@us.navy.mil.
NAWCWD FY25 Long Range Acquisition Forecast (LRAF)
Buyer not available
The Naval Air Warfare Center Weapons Division (NAWCWD) has announced its Fiscal Year 2025 Long Range Acquisition Forecast (LRAF), outlining anticipated contract requirements for various engineering services. This Special Notice serves as an informational guide detailing 26 upcoming contract opportunities, which include projects such as the production of MK-84 modified bomb bodies and the development of advanced weapon system technologies, with expected contract values ranging from under $2 million to over $250 million. These contracts are crucial for enhancing national defense capabilities and advancing military technology, with procurement methods including sole-source awards, small business set-asides, and full and open competitions. For further inquiries, interested parties can contact Kim Matsunaga at kim.s.matsunaga.civ@us.navy.mil or (760) 793-3657, noting that the information provided is subject to change and not binding on the Government.
Architectural & Engineering Services in Support of Real Property Planning, Programming & Management Support IV
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking qualified architectural and engineering firms to provide comprehensive support for real property planning, programming, and management. The objective of this procurement is to gather market information to identify firms capable of delivering services such as facility assessments, master planning, asset management, and economic analyses for various military and government installations worldwide, with an estimated total program capacity of $550 million. These services are crucial for ensuring effective facility management and compliance with federal regulations across both domestic and international sites. Interested firms must submit their qualifications and relevant experience by May 5, 2025, via email to the designated contacts, Jasmine McCullough and LaShonda Smith, as no hardcopy submissions will be accepted.
Rapid Response Munitions Testing & Engineering Services Follow On
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is seeking responses from qualified entities for Rapid Response Munitions Testing and Engineering Services. The procurement aims to provide engineering services and rapid response testing support for various programs that enhance the safety and effectiveness of munitions, ensuring compliance with military standards and operational readiness. This opportunity is critical for supporting the warfighter by characterizing, testing, and documenting the performance of weapons and munitions, with a focus on safety, environmental analysis, and logistics. Interested companies must submit their responses, including a completed RFI Survey, to Kimberly S. Hall at kimberly.s.hall31.civ@us.navy.mil by May 13, 2025. The NAICS code for this opportunity is 541330, with a size standard of $25.5 million.
Request for Qualifications (RFQ) for Project XUMU 252215CR, Concept Charrette Report, Renovate Building 7050, Vandenberg SFB, CA
Buyer not available
The Department of Defense, through the Department of the Air Force, is seeking qualified architect-engineer firms to provide services for the renovation of Building 7050 at Vandenberg Space Force Base, California, under the Request for Qualifications (RFQ) for Project XUMU 252215CR. The primary objective is to produce a Concept Charrette Report (CCR) that includes detailed engineering solutions, cost estimates, and compliance with applicable regulations, as the building is to be transformed into a Coalition Operations Center. This project is critical for enhancing operational capabilities and ensuring the facility meets modern standards, with a total small business set-aside for eligible firms. Interested parties must submit their qualifications, including the SF330 form and past performance questionnaires, by May 1, 2025, with further inquiries directed to the Contract Specialist, Jennifer Paccioretti, at jennifer.paccioretti@spaceforce.mil.
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.
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.
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.
Request for Qualifications (RFQ) for Project XUMU 243207, Engineering Study, Study Launch Facilities (LFs) 9 and 10, Vandenberg SFB, CA
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking qualified architect-engineer firms to conduct an engineering study for Launch Facilities 9 and 10 at Vandenberg Space Force Base, California. The selected firm will perform a comprehensive field investigation to assess the condition of concrete structures and groundwater infiltration, identifying underground utilities and proposing effective repair solutions to address issues such as water penetration and structural degradation. This project is critical for maintaining the operational integrity of the launch facilities, which have shown visible signs of wear over decades. Interested firms must submit their qualifications using the SF330 format by May 19, 2025, with inquiries due by April 28, 2025. For further information, contact Meghann E. Applebay at meghann.applebay@spaceforce.mil or David C. Coatney at david.coatney@spaceforce.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.