SIOP Northeast Regional IDIQ
ID: N6247024R0051Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVFACSYSCOM ATLANTICNORFOLK, VA, 23508-1278, USA

PSC

ARCHITECT AND ENGINEERING- GENERAL: OTHER (C219)
Timeline
    Description

    The Department of Defense is seeking responses from experienced firms to provide architect and engineering services primarily in the Northeast region of the US under the SHIPYARD INFRASTRUCTURE OPTIMIZATION PROGRAM. The forthcoming Indefinite Delivery/Indefinite Quantity contract holds a maximum value of $150 million and focuses on waterfront facilities and shipyard infrastructure projects.

    The Navy Facilities Engineering Command (NAVFAC) requires professional design and engineering support, including project management and facilitation. With a one-year base period and four one-year options, the contract aims to enhance naval network cybersecurity and improve supply chain management.

    Firms must demonstrate expertise in naval architecture, engineering, and project management, with favorable consideration given to those with relevant project experience and registered architects or professional engineers leading multiple design teams. The evaluation process considers specialized experience, past performance, and commitment to small businesses.

    Interested parties should submit their responses, including the completed Standard Form SF-330, by 2:00 PM on August 22, 2024, local time in Norfolk, VA, with a potential award date in September 2024. Contact Stephanie Wray or Linda Stein for more information.

    Files
    Title
    Posted
    The government issues Amendment 0001 to extend the submission deadline for responses to 2:00 PM on August 15, 2024, local time in Norfolk, Virginia. This extension provides potential vendors with additional time to submit their proposals for the procurement opportunity outlined in N62470-24-R-0051. The core focus of the procurement remains unchanged, seeking innovative solutions for a complex supply chain management challenge. Can I assist you with another file?
    The primary objective of this procurement is to acquire professional architectural and engineering services for the Navy Facilties Engineering Command (NAVFAC). The focus is on obtaining design and engineering support for naval projects, with a specific emphasis on waterfront and shipyard facilities. NAVFAC seeks responses from firms capable of providing a comprehensive range of services, including project management, design, engineering studies, and facilitation of design charrettes. The solicited contract is expected to cover multiple design teams, each led by a registered architect or professional engineer. To be considered, firms must demonstrate relevant experience and specialized competence in naval architecture, engineering, and project management. The evaluation criteria weigh project-specific experience, with favorable consideration given to completed designs and engineering studies. Firms must provide proof of their legal right to practice architecture or engineering, and include detailed resumes for key personnel. The contract, valued at around $1 million, is firm-fixed-price. Critical dates include the submission deadline on August 15, 2024, and a potential award date in September 2024. NAVFAC encourages interested parties to submit their responses by the deadline for consideration.
    The government issues Amendment 0003 to extend the submission deadline for responses to 2:00 PM on August 22, 2024, local time in Norfolk, VA, and thus seeks potential contractors for the procurement project N62470-24-R-0051. The primary objective is to procure advanced cybersecurity solutions to enhance the security posture of their naval networks and systems. The solutions should provide proactive protection and real-time threat detection across diverse network environments. Companies have until the specified deadline to submit their proposals, after which they will be evaluated based on predefined criteria, with successful bidders awarded contracts to mitigate cybersecurity risks and safeguard sensitive naval operations.
    The file N62470-24-R-0051 Amendment 0004 revises the synopsis and addresses pre-proposal inquiries. It responds to questions about the impact of recent changes on the SF330 Part I submission requirements, confirming the new response deadline while also extending it to 2:00 PM on August 22, 2024, to accommodate offerors. The extension is granted due to the revisions' significant impact on multiple sections of the SF330. This amendment maintains the requirement for three design teams and clarifies the positioning of relevant information in Section H.
    The provided file is a NAVFAC/USACE Past Performance Questionnaire (PPQ-0), which is used to evaluate a contractor's performance in multiple areas. This questionnaire seeks insights into the quality of work, schedule adherence, customer satisfaction, management efficiency, cost control, safety practices, and general performance of the contractor. The client completes most of the form, rating the contractor's performance on a scale of Exceptional (E), Very Good (VG), Satisfactory (S), Marginal (M), Unsatisfactory (U), and Not Applicable (N). The PPQ-0 is designed to assess the contractor's past performance and overall suitability for future contracts. It provides a comprehensive evaluation of their technical expertise, timely delivery, management skills, and financial stability. This information is crucial for government agencies when shortlisting contractors and negotiating terms. The questionnaire also encourages clients to provide narrative feedback, offering a more detailed assessment of the contractor's strengths and weaknesses. Although this file does not explicitly mention a current procurement, it is a crucial step in the evaluation process for potential future procurements, helping the government agency make informed decisions regarding contractor selection.
    The file details a Small Business Subcontracting Plan, outlining goals and requirements for a government contract focused on increasing participation and spending with small businesses. The plan aims to divide the total contract value into segments, allocating specific percentages to different business categories. These include small businesses, HUBZone businesses, women-owned small businesses, and more. The document outlines methods for identifying potential subcontractors, developing subcontracting goals, and ensuring equitable competition. It also specifies the administration and monitoring of the subcontracting program and records that must be maintained. Importantly, it emphasizes the inclusion of FAR Clause 52.219-8 and the submission of periodic reports on subcontracting achievements. The file also contains a table with blank monetary figures and percentages for base and option periods, presumably to be filled in later. The primary objective is to ensure a structured approach to subcontracting, promoting small business involvement and compliance with federal regulations.
    The file outlines the commercial vehicle and truck inspection procedures for the Lafayette River Annex (LRA). Access to the LRA is restricted, and all commercial deliveries or vehicles intending to enter the premises are required to undergo a security inspection at a designated CVI station. This mandatory procedure is conducted at the NAVSUPPACT Hampton Roads CVI station, operating weekdays from 0600 to 1500. Vehicles must arrive during these hours for inspection or risk being denied access to the LRA. The inspection is a prerequisite for any commercial entity seeking to perform work or make deliveries to the naval facility. Questions or queries can be directed to the specified security points of contact.
    The document appears to contain information on technical requirements and instructions for handling and viewing the enclosed content. It also includes references and links to upgrade options for software such as Adobe Reader, presumably required to properly access and view the full document and its intended content. The focus seems to be on ensuring the viewer has the necessary software capabilities and providing an upgrade path, rather than explicitly detailing any procurement objectives. Based on this information, it's difficult to extract specific procurement details or objectives.
    The Naval Facilities Engineering Systems Command seeks highly qualified firms for an Indefinite Delivery Indefinite Quantity (IDIQ) contract, focusing on architect-engineer services for waterfront facilities. The primary objective is to support the Shipyard Infrastructure Optimization Program and other initiatives primarily in the Northeast CONUS, although work may extend worldwide. The contract, with a base year and four optional years, aims to procure a wide range of design and engineering services. These include project documentation, charrettes, technical surveys, cost estimates, interior design, and post-construction services for military construction projects. The Navy seeks a versatile and experienced firm capable of executing various design tasks, with a proven track record of success. Firms will be evaluated based on specialized experience, professional qualifications, past performance, quality control programs, program management capacity, sustainable design approaches, commitment to small businesses, and firm location. The submission deadline is 15 August 2024, with the estimated contract start date in March 2025. Interested parties must submit a Standard Form SF-330 to be considered.
    The file outlines a forthcoming Indefinite Delivery/Indefinite Quantity (IDIQ) contract for architect-engineer services primarily related to waterfront facilities in the Northeast region of the Continental United States, procured by the Naval Facilities Engineering Systems Command Atlantic (NAVFAC LANT). With a base period of one year and four one-year options, the contract has a maximum value of $150 million. The selection criteria for potential contractors are detailed, encompassing specialized experience, professional qualifications, past performance, quality control, program management capacity, sustainable design, commitment to small businesses, firm location, and volume of work. Firms interested in submitting proposals must complete and submit the Standard Form SF-330, along with additional required materials, by the specified deadline.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Sources Sought
    Similar Opportunities
    Professional Services to support the Navy’s Public Works Business Line for work predominantly within the NAVFAC Atlantic Area of Responsibility (AOR)
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC), is soliciting proposals for professional services to support the Navy’s Public Works Directorate, primarily within the NAVFAC Atlantic Area of Responsibility. The contract, identified as N6247023R9002, encompasses a range of services including operational support, logistics management, facility condition assessments, and energy efficiency surveys, with a total contract value of up to $60 million over a maximum term of five years. This procurement is critical for enhancing the efficiency and effectiveness of public works services, ensuring compliance with regulations, and promoting small business participation through subcontracting commitments. Proposals are due by 2:00 PM on October 2, 2024, and interested parties can contact Weston Polen at weston.c.polen.civ@us.navy.mil or Amber Forehand-Hughes at amber.l.forehand-hughes.civ@us.navy.mil for further information.
    Architectural and Engineering Services for IBO Long Range Planning
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Air Warfare Center Weapons Division (NAWCWD), is seeking qualified architect-engineering firms to provide long-range planning and infrastructure planning engineering services at Naval Air Weapons Station China Lake and Naval Base Ventura County, including Point Mugu and San Nicolas Island. The objective is to support military construction projects, major repair projects, and recapitalization efforts by delivering engineering subject matter expertise, coordinating with stakeholders, and assisting in project design across various engineering disciplines. This procurement is crucial for enhancing the operational readiness and sustainability of military infrastructure, with interested businesses required to submit a Market Research Questionnaire by 10:00 AM PST on September 25, 2024, to the Contract Specialist, Theresa Lee, at seunghwa.t.lee.civ@us.navy.mil.
    Carrier Engineering Maintenance Assist Team (CEMAT) and Surface Engineering Maintenance Assist Team (SEMAT)
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Sea Systems Command (NAVSEA), is conducting market research for the Carrier Engineering Maintenance Assist Team (CEMAT) and Surface Engineering Maintenance Assist Team (SEMAT) contract, aimed at providing essential engineering and technical support for the maintenance of U.S. Navy Aircraft Carriers and Surface Ships. This contract will focus on executing work on CVN 68 and CVN 78 Class Aircraft Carriers, ensuring operational readiness through comprehensive maintenance, repair, and training for Ship's Force equipment operators and maintenance technicians. The anticipated contract, expected to be awarded in FY2026, will span five years and is intended to support various maintenance efforts, including Refueling Complex Overhauls and emergent repairs, with operations primarily based in locations such as Norfolk, VA, and San Diego, CA. Interested parties should submit their responses by 2:00 PM (EST) on September 30, 2024, to the designated contacts, Sakeena Siddiqi and Jason Chan, via the provided email addresses.
    ENVIRONMENTAL RESTORATION A-E, NAVFAC NW
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC) Northwest, is seeking qualified architect-engineering firms to provide environmental restoration services under a firm fixed-price Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract. The contract, with a maximum potential value of $50 million over a five-year term, aims to address various environmental restoration projects primarily in Washington, but also across several states including Alaska, Idaho, and Montana. Interested firms, particularly certified small businesses such as HUBZone, 8(a), SDVOSB, and Woman-Owned entities, must submit a capabilities statement detailing their experience, personnel qualifications, and capacity to perform the required services by September 18, 2024. For further inquiries, interested parties can contact Charlie McAvoy at charles.l.mcavoy.civ@us.navy.mil or Kimberly A. Gillette at kimberly.a.gillette4.civ@us.navy.mil.
    INDEFINITE DELIVERY/INDEFINITE QUANTITY CONTRACT FOR ARCHITECT-ENGINEER SERVICES FOR MECHANICAL ENGINEERING PROJECTS IN JAPAN
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command Far East (NAVFAC FE), is seeking qualified architect-engineer firms for an Indefinite Delivery/Indefinite Quantity Contract focused on mechanical engineering projects in Japan. The procurement aims to identify sources capable of providing design and engineering services, including preparation of plans, specifications, cost estimates, and post-construction services, all in compliance with U.S. and Japanese regulations. This opportunity is critical for supporting various construction and engineering needs at U.S. facilities in Japan, with a potential contract duration of five years. Interested firms must submit their capabilities statement and relevant project experience by 1400 PM Japan Standard Time on October 11, 2024, to the designated contacts, Janeen Bais and Luz Baron, via email.
    C1DA--VISN 1 Engineering Services Multiple Award IDIQ Request for Qualifications (SF-330)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified engineering firms to provide professional engineering services through a Multiple Award Indefinite-Delivery Indefinite-Quantity (IDIQ) contract for facilities located within the Veterans Integrated Service Network 1 (VISN-1). The objective is to secure comprehensive engineering services, including planning, design, and construction management for various projects, with individual task orders valued between $2,000 and $5,000,000, and a total contract capacity of $10 million over five years. These services are crucial for maintaining and upgrading the infrastructure of VA medical centers, ensuring compliance with federal standards and enhancing the quality of care for veterans. Interested firms must submit their qualifications via SF 330 forms by 4:00 PM EST on October 21, 2024, and can direct inquiries to Contract Specialist Paige Pearson at paige.pearson@va.gov.
    MULTI-DISCIPLINE V/E ARCHITECT/ENGINEER SERVICES FOR PROJECTS IN THE U.S. ARMY CORPS OF ENGINEERS, BALTIMORE DISTRICT, NORTH ATLANTIC DIVISION (NAD)
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, Baltimore District, is seeking qualified architect-engineer firms to provide multi-discipline V/E (Value Engineering) services for various projects. The procurement aims to enhance project efficiency and effectiveness by leveraging expert engineering services, which are critical for the successful execution of military infrastructure projects. Proposals are now due by 11:00 AM EST on 02 October 2024, following an extension from the original deadline, and interested firms can direct inquiries to primary contact Yubaraj Rasaily at yubaraj.rasaily@usace.army.mil or secondary contact Sherry Rhoden at sherry.s.rhoden@usace.army.mil.
    IDIQ Contract for A-E MEP Services Primarily Located in the Marine Corps AOR
    Active
    Dept Of Defense
    The Department of Defense, through the NAVFAC Mid-Atlantic, is seeking qualified architect-engineer firms to provide multi-discipline mechanical, electrical, and plumbing (MEP) services under an Indefinite Delivery/Indefinite Quantity (IDIQ) contract primarily located in the Marine Corps Area of Responsibility (AOR) in North Carolina and South Carolina. The contract, which is set aside for small businesses, aims to support construction, repair, and maintenance projects with a total fee not exceeding $60 million over a five-year term, with a guaranteed minimum of $5,000. Services will include design, investigative, and construction support for various military facilities, emphasizing the importance of specialized experience and qualifications in relevant engineering disciplines. Interested firms must submit their qualifications via Standard Form SF 330 by September 23, 2024, with inquiries directed to Brittany Cristelli at brittany.cristelli@navy.mil.
    C--NORTHEAST and NATIONAL CAPITAL REGION IDIQ MULTI-DISCIPLINARY AE DESIGN SERVICES
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service (NPS), is seeking qualified architect-engineer firms to provide multi-disciplinary design services via an Indefinite Quantity contract for various projects in the Northeast and National Capital Region. The anticipated contract will encompass a broad range of services, including historic preservation, engineering, environmental planning, and project management, with a maximum contract value of $100 million over five years. This opportunity is crucial for supporting the NPS's mission to maintain and enhance national parks and related sites, ensuring compliance with federal regulations and standards. Interested firms must demonstrate their ability to self-perform at least 50% of the work and submit their qualifications by September 17, 2024, with a solicitation expected to be released in Spring 2025. For further inquiries, contact Bai Perney at baiperney@nps.gov or call 303-987-6766.
    Facility Investment Services for NAVSTA Newport Complex Area, facilities, and installed equipment and systems at Naval Station Newport, Newport Rhode Island.
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command, is soliciting proposals for Facility Investment Services at the Naval Station Newport Complex in Rhode Island. This procurement is a Total Small Business Set-Aside under NAICS code 561210, focusing on providing essential support services for facilities, installed equipment, and systems within the complex. The contract will be structured as a Firm Fixed Price/Indefinite Delivery/Indefinite Quantity agreement, covering a base year with four optional years, and emphasizes compliance with the Service Contract Act regarding wage determinations. Proposals are due by October 8, 2024, and interested vendors can reach out to Brittany Swan at brittany.t.swan.civ@us.navy.mil or Melinda Robinson at melinda.l.robinson@navy.mil for further inquiries.