The Naval Facilities Engineering Systems Command, Pacific, is seeking Architect-Engineer (A-E) services for various civil and other projects, potentially worldwide, through an Indefinite Delivery Indefinite Quantity (IDIQ) contract (N62742-26-R-1207). This unrestricted procurement, guided by FAR Subpart 36.6, will result in one IDIQ contract with a base year and four option years, not exceeding $200,000,000, with an estimated start date of July 2026. Services include site development, Military Construction (MCON/MILCON) documentation, Design-Build/Design-Bid-Build documents, technical surveys, cost estimates, and post-construction award services. Firms must submit a Standard Form SF 330 by January 8, 2026, 2:00 p.m. Hawaii Standard Time (HST). Selection criteria, in descending order of importance, include specialized experience, key personnel qualifications, past performance, quality control, workload capacity, firm location, commitment to small business, and volume of work. Specific submission requirements for each criterion are detailed, emphasizing project relevance, personnel experience, and adherence to small business subcontracting goals. Electronic submissions are not authorized.
The Naval Facilities Engineering Systems Command, Pacific, is seeking Architect-Engineer (A-E) services for various civil and other projects globally, with an estimated start date of July 2026. This indefinite delivery indefinite quantity (IDIQ) contract, valued up to $200,000,000 over a one-year base period and four option years, will involve firm-fixed price task orders with no individual or annual dollar limits. Services include site development, Military Construction project documentation, design-build and design-bid-build documents, technical surveys, cost estimates, and post-construction award services. The procurement is unrestricted under NAICS Code 541330. Firms will be evaluated based on specialized experience, key personnel qualifications, past performance, quality control, workload capacity, firm location, commitment to small business, and volume of work. Submissions require a completed SF 330 package by January 8, 2026, at 2:00 p.m. Hawaii Standard Time.
The NAVFAC/USACE Past Performance Questionnaire (Form PPQ-0) is a four-page document used to evaluate contractor performance for federal government RFPs, grants, and state/local RFPs. It is divided into sections for contractor information (including firm details, work performed, contract specifics, and project description) and client information (including client details, role, completion date, and signature). The form outlines adjective ratings (Exceptional, Very Good, Satisfactory, Marginal, Unsatisfactory, Not Applicable) with clear definitions and notes to guide the client's evaluation. The bulk of the form consists of a client-completed questionnaire covering various performance aspects such as quality, schedule/timeliness, customer satisfaction, management/personnel/labor, cost/financial management, safety/security, and general compliance. Clients are encouraged to submit the completed questionnaire directly to the offeror for inclusion in their proposal, though direct submission to NAVFAC is also an option. The government reserves the right to verify all submitted information. The document emphasizes the importance of objective feedback for evaluating performance risk.
NAVFAC has provided clarifications on several key aspects for federal government RFPs, specifically addressing submission requirements and evaluation criteria. For specialized experience, being a prime contractor's project manager is favored over a subconsultant role, even if the subconsultant was responsible for all civil engineering work on a primarily civil engineering project. Professional registration for environmental project engineers must be a professional engineer license; other geological licenses are only acceptable if the individual is also a professional engineer. Submission requirements for Selection Criterion 1 have been revised, with item (8) now requesting