Sources Sought Notice IDIQ Contract for Utility Infrastructure A&E Services – North AOR
ID: N4008524R2749Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVFACSYSCOM MID-ATLANTICNORFOLK, VA, 23511-0395, USA
Timeline
    Description

    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC), is seeking qualified architect-engineer firms for an Indefinite Delivery Indefinite Quantity (IDIQ) contract focused on Utility Infrastructure Architecture & Engineering (A&E) services within its North Area of Responsibility (AOR). The contract, which will span five years with a total fee cap of $60 million, aims to engage firms capable of delivering comprehensive engineering and design services for military construction and maintenance projects, specifically in regions including New Hampshire, New York, and Pennsylvania. Interested contractors must demonstrate relevant experience in infrastructure projects with costs exceeding $500,000 and are required to submit a capabilities statement along with project matrices detailing their past work. Responses are due by November 18, 2024, and should be directed to Scott Schulz at scott.c.schulz.civ@us.navy.mil or by phone at 757-341-0082.

    Point(s) of Contact
    Files
    Title
    Posted
    The "Sources Sought – Contractor Information Form" is a government document aimed at gathering essential information from contractors participating in federal government RFPs (Requests for Proposals), federal grants, and state and local RFPs. The form requests general contractor information including DUNS and CAGE codes, firm name, address, and contact details of a point of contact (POC). Additionally, it categorizes business types based on SBA certifications, such as 8(a), HUBZone, and various small business classifications like Service-Disabled Veteran-Owned and Woman-Owned. The form also inquires about the contractor's bonding capacity, requiring information on surety name and maximum bonding amounts. A designated space for additional clarifying information is provided to streamline responses. The primary purpose of this form is to collect comprehensive yet concise data to evaluate contractor qualifications and capabilities for potential government contracts, ensuring clarity and compliance in the procurement process.
    The Naval Facilities Engineering Command (NAVFAC) is issuing a Sources Sought Notice for an Indefinite Delivery Indefinite Quantity (IDIQ) contract for Utility Infrastructure Architecture & Engineering (A&E) services within its North Area of Responsibility (AOR). This notice is intended for market research to gauge the availability of qualified small businesses capable of delivering engineering and design services related to various military construction and maintenance projects. The contract will have a five-year duration with a total fee cap of $60 million, focusing on regions including New Hampshire, New York, and Pennsylvania. Services required encompass comprehensive A&E tasks for utility infrastructure, involving electrical, mechanical, and civil engineering disciplines. Interested firms must demonstrate experience in relevant projects completed in the past seven years, specifically in design and construction of infrastructure projects with estimated costs of $500,000 or more. Submissions must include a capabilities statement and project matrices detailing prior relevant work. Responses are due by November 18, 2024, and must be emailed to the specified NAVFAC contact. The contracting office seeks to understand the depth of expertise available and to potentially set aside this procurement for small business entities based on responses received.
    The document is a "Sources Sought – Project Information Form" designed for contractors responding to federal RFPs, grants, and state and local projects. Its primary purpose is to collect detailed project experience relevant to specific solicitations, with submissions limited to five projects, each documented on two pages. The form requires essential information including contractor and project details, contract numbers, completion status, type of work (new construction, repair, or renovation), and information about the customer/owner. Contractors must indicate whether they were the prime or subcontractor, detail the type of contract (e.g., design-build), and provide a project description alongside their self-performance percentage. Overall, this form standardizes the information contractors provide to demonstrate relevant experience, ensuring clarity and consistency in the evaluation process for government contracting opportunities. By outlining necessary project details, it aids in assessing potential candidates for future government contracts, facilitating informed decision-making by procurement officials.
    The document outlines a format for collecting essential information regarding construction projects, particularly in the context of government RFPs, federal grants, and state/local proposals. It includes sections for the final construction cost, the design-build status, and details about the contracting firm, such as its name, DUNS number, address, small business status, and point of contact information. Key aspects include the project title, location, completion year, type of construction (new build or renovation), and whether there is a designer of record. This structured form is intended to ensure uniformity and comprehensive data collection for evaluating construction bids or grant applications. It facilitates the assessment of contractor capabilities, compliance with regulatory standards, and alignment with government project goals, thereby aiding the decision-making process for funding and contract awards.
    Similar Opportunities
    INDEFINITE DELIVERY/INDEFINITE QUANTITY CONTRACT FOR ARCHITECT-ENGINEER SERVICES FOR FACILITIES MANAGEMENT AND SUSTAINMENT SUPPORT PREDOMINANTLY IN THE NAVAL FACILITIES ENGINEERING SYSTEMS COMMAND ATLANTIC AREA OF OPERATIONS, BUT ALSO 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 facilities management and sustainment support. The contract, estimated at $90 million over a five-year period, will involve tasks such as facility assessments, engineering studies, and maintenance planning to support the Navy’s Sustainment, Restoration, and Modernization (SRM) Program. This procurement is crucial for enhancing infrastructure management capabilities within the NAVFAC Atlantic area and beyond, promoting competition among firms while ensuring small business participation through a detailed subcontracting plan. Interested parties must submit their qualifications electronically by March 27, 2025, and can direct inquiries to Star Hanchey at star.m.hanchey.civ@us.navy.mil or Edward Flint at edward.d.flint.civ@us.navy.mil.
    ARCHITECTURAL-ENGINEERING (A-E) SERVICES FOR GEOTECHNICAL ENGINEERING AND RELATED SERVICES FOR VARIOUS LOCATIONS WITHIN THE U.S. ARMY CORPS OF ENGINEERS (USACE) NORTH ATLANTIC DIVISION BOUNDARIES (BUT PRIMARILY IN THE NEW ENGLAND DISTRICT (NAE))
    Buyer not available
    The U.S. Army Corps of Engineers (USACE) is seeking qualified architect-engineering firms to provide geotechnical engineering services under an Indefinite Delivery/Indefinite Quantity (IDIQ) contract, primarily within the New England District, which includes Maine, New Hampshire, Vermont, Massachusetts, Connecticut, and Rhode Island. The contract, valued at up to $10 million over five years, will encompass subsurface exploration, geophysical surveys, geotechnical analyses, and construction oversight, with firms required to demonstrate their ability to manage multiple concurrent task orders and execute approximately $2 million per year. This procurement is crucial for ensuring quality and efficiency in infrastructure projects, emphasizing the importance of local expertise and past performance in the selection process. Interested firms must submit their proposals, including Parts I and II of the SF 330, by April 30, 2025, and can direct inquiries to Ann Murphy Adley at ann.m.adley@usace.army.mil or by phone at 978-318-8255.
    AE IDIQ Design and Engineering Services for Waterfront -Small Projects - HR AOR
    Buyer not available
    The Department of Defense, through the NAVFACSYSCOM Mid-Atlantic office, is seeking qualified small businesses to provide architect-engineer design and engineering services for small waterfront projects in the Hampton Roads Area of Responsibility (HR AOR). This Indefinite Delivery Indefinite Quantity (IDIQ) contract, valued at up to $95 million over a five-year period, will encompass planning, design, and construction services related to military waterfront facilities and utility systems. The procurement emphasizes the importance of specialized experience, qualifications, and past performance, ensuring that selected firms adhere to federal standards and safety regulations. Interested contractors must submit their proposals electronically by April 14, 2025, and can direct inquiries to Demetrice Jenkins at demetrice.jenkins2.civ@us.navy.mil or Amanda Bricker at amanda.bricker@navy.mil for further information.
    INDEFINITE DELIVERY/INDEFINITE QUANTITY CONTRACT FOR ARCHITECT-ENGINEER SERVICES FOR VARIOUS UTILITY SYSTEMS STUDIES AT VARIOUS LOCATIONS IN ALL AREAS UNDER THE COGNIZANCE OF NAVFAC PACIFIC
    Buyer not available
    The Department of Defense, through NAVFAC Pacific, is seeking qualified architect-engineer firms for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract focused on various utility systems studies at locations under its jurisdiction. The contract aims to provide engineering services that include conducting utility system studies, with an emphasis on technical proficiency and comprehensive qualifications beyond mere possession of relevant software tools. This opportunity is particularly significant as it supports the maintenance and enhancement of critical utility systems, ensuring operational efficiency and safety. Interested small businesses must submit their qualifications via the SF330 form by March 15, 2025, at 12:00 PM Hawaii Standard Time, and can direct inquiries to Mitchell Yoshimura at mitchell.s.yoshimura@navy.mil or Erik Torngren at erik.torngren@navy.mil.
    Multi-Disciplined Architect/Engineer (A/E) Indefinite Delivery/Indefinite Quantity (IDIQ) Contracts to Support the U.S. Army Corps of Engineers, Baltimore District and North Atlantic Division (NAD)
    Buyer not available
    The U.S. Army Corps of Engineers, Baltimore District, is seeking qualified architect-engineer firms to establish a series of Multi-Disciplined Architect/Engineer (A/E) Indefinite Delivery/Indefinite Quantity (IDIQ) contracts. The objective is to support various projects within the North Atlantic Division (NAD), with a focus on Sustainment, Restoration, and Maintenance (SRM), as well as other civil works and military construction projects. The total contract capacity is anticipated to reach $500 million, with a target of six awards reserved for small businesses, and the contracts will be valid for five years from the date of award. Interested firms should contact Erica Stiner or Leigha Arnold via email for further details, as the solicitation synopsis is expected to be issued in the second quarter of FY25.
    P&P AE GEN III MATOC Capacity Increase
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers Engineering and Support Center in Huntsville, is seeking to increase the capacity of its Planning and Programming (P&P) Branch's Indefinite Delivery Contracts (IDCs) for Architectural and Engineering Services. The objective is to raise the shared contract capacity from $160 million to $258 million to support ongoing operations, with a focus on providing technical support for facility management and planning for the Department of Defense and other government entities. This procurement is critical for ensuring continued support in areas such as master planning, engineering analyses, and environmental documentation, although it excludes full design and construction services. Interested parties must submit their qualifications and capabilities via email to Coronica L. Maehew by 4 p.m. Central Time on March 24, 2025, as this notice is not a request for competitive proposals.
    A&E IDIQ Contracts for Naval Architecture and Marine Engineering Support
    Buyer not available
    The National Oceanic and Atmospheric Administration (NOAA) is seeking qualified small business firms to provide Architect-Engineer (A-E) support in naval architecture and marine engineering through an Indefinite Delivery/Indefinite Quantity (IDIQ) contract. The objective of this procurement is to enhance NOAA's capabilities in managing its fleet of research and survey vessels, which includes conducting feasibility studies, detailed designs, systems analyses, and fleet support studies. This contract, valued at a maximum of $2.95 million over a 60-month period, emphasizes the importance of specialized experience and professional qualifications in the evaluation process. Interested firms must submit their qualifications using GSA Standard Form 330 by March 24, 2025, and can direct inquiries to Andre Frantz at Andre.Frantz@noaa.gov or Andrew Northcutt at andrew.northcutt@noaa.gov.
    SOURCES SOUGHT FOR IDIQ MACC FOR NEW CONSTRUCTION, REPAIR, AND RENOVATION OF VARIOUS WATERFRONT FACILITIES PROJECTS AT VARIOUS GOVERNMENT INSTALLATIONS LOCATED IN CA, AZ, NV, UT, CO, AND NM
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Systems Command Southwest (NAVFAC SW), is seeking qualified small businesses for an Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC) focused on the new construction, repair, and renovation of waterfront facilities at various government installations primarily located in California, Arizona, Nevada, Utah, Colorado, and New Mexico. Interested contractors must demonstrate relevant experience in self-performing major construction work within the last seven years, particularly in projects involving piers, wharves, and bulkheads, utilizing design-build methodologies. The total estimated contract value is $750 million over a five-year period, with responses due by April 15, 2025. Interested parties should contact Shaun Schnurbusch at shaun.m.schnurbusch.civ@us.navy.mil for further information and to submit their qualifications.
    Architect-Engineer (A-E) Environmental Services Indefinite Delivery Contract (IDC)
    Buyer not available
    The Department of Defense, specifically the Department of the Army through the W076 Endist Tulsa office, is seeking qualified architect-engineer firms for an Indefinite Delivery Contract (IDC) focused on environmental services. The procurement aims to secure engineering services under NAICS code 541330, which encompasses a range of environmental assessments and related activities essential for military operations and infrastructure. These services are critical for ensuring compliance with environmental regulations and supporting sustainable practices within defense projects. Interested firms should contact Joshua Hope at JOSHUA.D.HOPE@USACE.ARMY.MIL or Robert Reed at robert.e.reed@usace.army.mil for further details regarding the submission of qualifications and any upcoming deadlines.
    Notice for Architect and Engineering (A-E) Services to Support Planning, Design and Construction for the USACE South Atlantic Division, Mobile District, Military Design and Construction Program
    Buyer not available
    The Department of Defense, through the U.S. Army Engineer District Mobile, is seeking qualified architect-engineer firms to provide planning, design, and construction support for the Military Design and Construction Program within the South Atlantic Division. The procurement aims to secure engineering services that will facilitate the successful execution of military construction projects, which are critical for maintaining and enhancing military infrastructure. Interested firms should note that the primary contact for this opportunity is Joyce Powell, who can be reached at joyce.f.powell@usace.army.mil or by phone at 251-694-3606, while Kyle Rodgers serves as the secondary contact at KYLE.M.RODGERS@USACE.ARMY.MIL or 251-690-3356. Further details regarding submission deadlines and evaluation criteria will be provided in the solicitation documents.