Civil Engineering Services Pacific (CESPAC) - Pre-Solicitation Industry Feedback
ID: FA521525R0003Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA5215 766 ESS PKPJBPHH, HI, 96860-4928, USA

NAICS

Administrative Management and General Management Consulting Services (541611)

PSC

SUPPORT- MANAGEMENT: OTHER (R799)

Set Aside

8(a) Set-Aside (FAR 19.8) (8A)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is seeking feedback from qualified 8(a) contractors for Civil Engineering Services under the pre-solicitation notice FA521525R0003. The procurement aims to establish a Multiple Award Contract Indefinite Delivery Indefinite Quantity (MAC IDIQ) to support Pacific-wide engineering services, primarily for PACAF engineer units, with an anticipated ceiling of $400 million. This opportunity emphasizes the importance of technical experience and compliance with federal regulations, as proposals will be evaluated based on the Highest Technically Rated Offerors (HTRO) methodology. Interested parties are encouraged to submit their comments and questions regarding the draft solicitation by May 8, 2025, to the designated contact at 766ess.pkz.cespac@us.af.mil.

    Point(s) of Contact
    766 ESS PKZ CESPAC Team
    766ess.pkz.cespac@us.af.mil
    Files
    Title
    Posted
    The document addresses key issues surrounding federal and state/local Requests for Proposals (RFPs) and grants, focusing on accounting systems and facility clearances. It outlines perceived conflicts or disconnects related to compliance requirements, which may affect potential applicants’ ability to submit proposals. The inquiry seeks clarification from the government on specific criteria for facility clearances required in project proposals. This submission emphasizes the importance of understanding these requirements to ensure adherence to governmental regulations and eligibility for funding. The responses aim to clarify the expectations enforced by the government and facilitate a smoother application process for grant seekers and RFP respondents. Ultimately, this document serves as a guide for stakeholders involved in the procurement process, aiming to optimize compliance and participation in federal and state initiatives designed to support various projects or services. It underscores the government's commitment to transparency and assistance in navigating procedural complexities.
    The document outlines the Team Structure Format for the FA521525R0003 federal Request for Proposal (RFP) regarding the CESPAC. This format is designed for offerors to provide essential company details necessary for the bid submission. Key components include the offeror's name, company name, address, Cage Code, Unique Entity Identifier (UEI), relationship to the prime contractor, and country of performance. The structured format aids in organizing critical information pertinent to proposals, ensuring compliance with federal requirements and facilitating assessments by decision-makers. This document is crucial for streamlining the proposal process, thereby enhancing clarity and efficiency in the review and selection of contractors.
    The Procurement Integrated Enterprise Environment (PIEE) Vendor Registration Guide facilitates vendor participation in the Department of Defense's solicitation process. It outlines a user-friendly portal designed to streamline the capturing of solicitations and responses. The guide differentiates between two key vendor roles: Proposal Manager, responsible for submitting offers, and Proposal View Only, which allows for offer viewing. New users can follow detailed step-by-step instructions for registering a PIEE account if their company has an Account Administrator. The registration process includes creating a user ID, setting security questions, completing a user profile, and selecting the appropriate role for solicitations. Existing users can add roles by logging in and updating their account information. Additional support resources are provided for account management and technical issues, including links to help desk support. The document also references a Roles and Actions/Functions Matrix that clarifies the capabilities of each vendor role, such as submitting and viewing offers, creating unsolicited proposals, and searching for relevant product or service codes. Overall, the guide aims to simplify vendor registration and ensure compliance with government procedural requirements in federal procurements.
    The memorandum outlines a consent letter associated with submission to the Request for Proposal (RFP) FA521525R0003 for Civil Engineering Services for the Pacific Air Forces. The letter confirms the participation of the sender as either a subcontractor or team member with a prime contractor in the proposal process. It emphasizes the government's focus on past technical experience to ensure the best value in contract awards. By signing the consent letter, the subcontractor allows the government to discuss both present and past contract experiences relevant to the source selection evaluation. Included in the letter are details for identification, such as the subcontractor's address, CAGE code, and contact information. This document reinforces the collaboration between contractors and subcontractors, illustrating the importance of transparency in the procurement process as mandated by federal guidelines for RFPs.
    The document outlines the requirements for submitting a Work Sample Cover Sheet as part of a federal government Request for Proposals (RFP). It is structured into several parts: Part I identifies the work sample, including details such as contractor name, contract number, task order numbers, customer agency, period of performance, and sample value. It also asks whether the work sample was performed as the prime contractor. Parts II and V focus on providing contact information for the contracting officer and customer representatives, requiring at least two points of contact for validation purposes. Part III and Part VI require brief project and task order descriptions, respectively, with a limit of 700 characters for each, capturing essential aspects of the work performed. The document serves as a guide for offerors to provide detailed and organized work samples, ensuring clarity and compliance within the federal contracting process. It emphasizes the importance of providing accurate identification, representative contacts, and concise project descriptions to facilitate evaluation by the government agency. Overall, this Work Sample Cover Sheet is an essential component of the federal contracting mechanism, ensuring a structured approach to vetting prospective contractors’ capabilities. The specificity in the documentation reflects stringent federal compliance and transparency requirements.
    The document outlines a requirement for the submission of past technical experience by Offerors bidding on a US Air Force Acquisition and Assistance Services (A&AS) contract under FAR Part 15. It instructs the Offeror to provide details of their relevant experience as a prime contractor, requiring verification from a Government Point of Contact (POC) who is familiar with the effort claimed. The Offeror must fill in a specific section detailing contract performance within specified dates and submit this form to a cognizant Government representative for validation. This verified information will then be included in the Offeror’s proposal. The structure consists of sections for Offeror information, a summary of experience, and a verification statement by a Government POC, ensuring that the claimed efforts are accurate. This process is essential for the selection of qualified contractors for service efforts within the US Air Force procurement process.
    The document presents a self-scoring matrix related to a government Request for Proposal (RFP) for program management and staffing services. It categorizes evaluation criteria into Program Management and Staffing and Retention, with each containing specific measurable elements. The maximum possible total score and the offeror's calculated scores are highlighted, along with various metrics such as labor category management experience, employee retention rates, and average time to fill vacancies. The matrix outlines a scoring system based on quantitative inputs, such as the number of employees and contracts, explicitly emphasizing performance in the Pacific Theater and non-U.S. locations. The purpose of this document is to assist government officials in evaluating offerors based on their self-assessments, supporting a structured decision-making process for contract awards while ensuring compliance with federal standards. This systematic approach aims to identify capable providers for government services, thereby enhancing efficiency and operational success in relevant projects.
    The file is a draft Attachment 13 for the Cross Reference Matrix related to the Request for Proposal (RFP) FA521525R003, focusing on the evaluation of an Offeror’s experience in providing Analytical and Advisory Services (A&AS) in the Pacific Theater and related areas. It includes a structured table where each row corresponds to a specific work sample, detailing the Offeror’s experience, supporting documents, and references. Key categories of qualifications include program management and staffing, showcasing the Offeror's effectiveness in managing personnel and filling vacancies in Non-US locations. Notable metrics include personnel retention rates, recruitment fill rates, and the average time taken to fill positions within the Pacific Theater context. The document also specifies criteria for substantiating claims through relevant award documents, performance work statements (PWS), and other official documentation. Overall, this Cross Reference Matrix serves as an essential tool in assessing the qualifications and experience of potential contractors in accordance with federal contracting protocols.
    The document appears to reference a protected PDF file containing information related to federal RFPs (Requests for Proposals), federal grants, or state and local RFPs. Due to the file's protection, it cannot be accessed or summarized effectively. This could suggest that the document includes sensitive or proprietary information that requires specific software for review. Consequently, its main purpose might involve outlining funding opportunities, program announcements, or procurement information crucial for small businesses or organizations seeking to engage with federal or state government projects. The lack of accessible content limits the ability to derive specific insights or detailed proposals, emphasizing the need for appropriate tools to unlock and understand government-related opportunities.
    The document outlines the requirements for submitting a pricing model for civil engineering services under the CESPAC Mock Task Order (TO) for the federal government’s Request for Proposals (RFP). Offerors must provide firm fixed-price fully burdened labor rates for specified labor categories, ensuring coverage for all defined roles either collectively by the prime and/or teaming partners. Defined labor categories include Program Manager, Project Manager, Cost Engineer, Scheduler, Program Analyst, Administrative Support, and Subject Matter Expert. Clear definitions and qualifications for each role are specified, with expectations for educational background and experience. The pricing model spans the base year and four option years, requiring detailed inputs for labor rates, travel costs, and additional expenses. Suggestions for travel must align with established federal regulations. Offerors are responsible for accuracy and completeness, as failing to provide rates for all labor categories will result in proposal rejection. This RFP aims to ensure the government obtains competitive pricing for essential civil engineering services while maintaining strict compliance with labor standards and cost regulations.
    The current document is a non-accessible PDF message indicating that the viewer is unable to display the contents of the government file. It suggests upgrading to the latest version of Adobe Reader or visiting related help pages for assistance. It is primarily focused on technical requirements for accessing the content rather than providing substantive information regarding federal RFPs, grants, or local proposals. As a result, there is insufficient material to analyze for identifying any main topics, key ideas, or supporting details related to government RFPs or grants. To proceed effectively, it is necessary to obtain a readable version of the document to conduct a thorough analysis and summary.
    The United States Air Force is seeking civil engineering and logistics support services for the Pacific Theater under the Pacific Air Forces (PACAF) contract. The purpose of the contract is to provide Advisory and Assistance Services (A&AS) that encompass a wide range of technical and non-technical deliverables including engineering project management, logistics, and infrastructure support at several key military installations such as Joint Base Pearl Harbor-Hickam and Kadena Air Base. Services will include project management, technical review, cost estimating, compliance with environmental regulations, and data management. Contractors are expected to utilize specific data processing systems and tools for engineering support, ensuring all work meets applicable standards and regulations. The contract supports various Air Force activities and other U.S. government entities in the Pacific region, allowing for decentralized ordering and potential collaboration with other military branches. Quality control and overall program management are emphasized, including regular progress reporting, conflict of interest avoidance, and compliance with security protocols. The contractor will facilitate effective communication and coordination with government representatives throughout the project lifecycle.
    The Request for Proposal (RFP) #FA521525R0003 seeks to acquire Civil Engineering Services within the Pacific Theater, governed by Federal Acquisition Regulation (FAR) guidelines. Proposals must be compliant with the solicitation’s requirements and submitted electronically by the specified deadline. Offerors must demonstrate technical experience through relevant documentation and are limited to five work samples. The evaluation will be based on the Highest Technically Rated Offerors (HTRO) approach, considering both technical merit and pricing. The proposal structure includes an executive summary, technical experience, a pricing model, and contract documentation, with specific page limits and formatting requirements. Essential components are detailed, including company information, authorized personnel, teaming agreements, and financial responsibility. The document underscores the importance of clarity and conciseness in submissions and specifies that late proposals will not be considered. The contract will utilize a multiple-award indefinite-delivery indefinite-quantity (IDIQ) format, and discussions may occur at the government's discretion post-proposal evaluation. This RFP illustrates the standard procurement processes in federal contracts, emphasizing transparency, competition, and adherence to regulatory frameworks.
    The RFP #FA521525R0003 requests proposals for Civil Engineering Services within the Pacific Theater, emphasizing a "best value" approach via an evaluation methodology known as Highest Technically Rated Offerors (HTRO). The government plans to award multiple indefinite delivery, indefinite quantity (IDIQ) contracts to the three highest rated offers based on prior technical experience and reasonable pricing, with a total IDIQ ceiling of $400 million. A minimum guaranteed task order of $3,000 concerns the post-award conference. Compliance with all solicitation requirements is critical, as deviations may result in disqualification. The evaluation focuses on technical experience through specific categories, including program management and staffing metrics, and employs a tiebreaker process if scores are tied. Price evaluations must establish proposals as complete, balanced, and reasonable. Overall, the document outlines a structured procurement process aimed at acquiring qualified engineering services while ensuring fair competition and accountability among bidders.
    Lifecycle
    Similar Opportunities
    INDEFINITE DELIVERY/INDEFINITE QUANTITY CONTRACT FOR ARCHITECT-ENGINEER SERVICES FOR DESIGN, ENGINEERING, SPECIFICATION WRITING, COST ESTIMATING, AND RELATED SERVICES FOR MILCON AND OTHER PROJECTS AT VARIOUS LOCATIONS UNDER THE COGNIZANCE OF NAVFAC HAWAII
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC) Hawaii, is soliciting proposals for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract for multi-discipline architect-engineer services. This procurement aims to engage highly qualified firms to provide design, engineering, specification writing, cost estimating, and related services for Military Construction (MILCON) and other projects, primarily in Hawaii but potentially worldwide. The contract encompasses a base period of one year, with four additional one-year options and a six-month extension, totaling a maximum fee of $200,000,000. Interested firms must submit their qualifications using Standard Form SF330 by December 17, 2025, and are encouraged to review the attached documents for detailed requirements and evaluation criteria, including specialized experience and commitment to small business participation. For further inquiries, contact Brittney Lazo at brittney.a.lazo.civ@us.navy.mil or Kris Nakashima-Wong at kris.e.nakashima-wong.civ@us.navy.mil.
    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.
    2027 McConnell AFB MACC IDIQ
    Dept Of Defense
    The Department of Defense, through the 22d Contracting Squadron, is seeking qualified construction firms for a Multiple Award Construction Contract (MACC) at McConnell Air Force Base in Kansas. This opportunity involves an Indefinite-Delivery/Indefinite-Quantity (IDIQ) contract, allowing for the procurement of various construction projects, with task orders valued up to $10 million each, and a total potential contract value of $99 million over six years. The selected contractors will undertake a wide range of construction tasks, including design-build projects, renovations, and infrastructure repairs, requiring capabilities across multiple trades. Interested firms must submit a capability statement by 4:00 PM (CST) on June 27, 2025, to the primary contacts, 2d Lt William Johnson and Marcus Tucker, via the provided email addresses.
    Engineering Services for Specialized Antennas, Towers, Hangars, and Communication Facilities, Worldwide
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering and Expeditionary Warfare Center (NAVFAC EXWC), is seeking qualified architect-engineer firms to provide engineering services for specialized antennas, towers, hangars, and communication facilities worldwide. This procurement involves an Indefinite Delivery/Indefinite Quantity (IDIQ) contract aimed at supporting various specialized Department of Defense facility projects, emphasizing the critical nature of these services for military operations. Interested small businesses are encouraged to participate, as this opportunity is set aside for total small business participation under FAR 19.5. For further details, including solicitation documents, interested parties should contact Jonathan Demorest at jonathan.p.demorest.civ@us.navy.mil or Anthony Gonzales at anthony.j.gonzales104.civ@us.navy.mil, with the solicitation available through the PIEE Solicitation Module on SAM.gov.
    FY26 A-E IDIQ Arnold AFB
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is seeking qualified architect-engineer firms for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract at Arnold Engineering Development Complex (AEDC) in Tennessee. The contract will encompass a range of professional services, including engineering studies, designs, specifications, and cost estimates for maintenance, repair, and minor construction projects across various engineering disciplines such as architectural, civil, structural, mechanical, and environmental engineering. This procurement is critical for ensuring compliance with federal and Air Force building codes and standards, with an estimated maximum contract value of $30 million over a base year plus seven option years, and individual task orders ranging from $25,000 to $1 million. Interested firms are encouraged to submit a Contractor Capability Survey by January 23, 2026, to the primary contact, Noah Bean, at noah.bean.1@us.af.mil, or the secondary contact, James Laney, at james.laney.3@us.af.mil.
    ARCHITECT/ENGINEERING SERVICES FOR ENVIRONMENTAL INVESTIGATIONS, PERMIT APPLICATIONS AND RELATED STUDIES AT VARIOUS NAVY AND MARINE CORPS ACTIVITIES, PACIFIC BASIN AND INDIAN OCEAN AREAS
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command Pacific (NAVFAC PAC), is seeking qualified architect-engineer firms to provide professional services for environmental investigations, permit applications, and related studies at various Navy and Marine Corps activities primarily in Hawaii, Guam, Japan, and other locations within the Pacific Basin and Indian Ocean areas. The selected firms will be responsible for a range of services including compliance with environmental regulations, preparation of analytical studies, technical evaluations, and management plans, with a focus on water, wastewater, stormwater, and hazardous waste management. Interested small businesses, including those that are HUBZone, woman-owned, service-disabled veteran-owned, and other small business categories, must submit their qualifications and experience using the Information Summary Matrix by December 29, 2025, at 2:00 PM HST, with a projected contract value of up to $30 million over a potential five-year period. For further inquiries, contact Rachel Isara-Phan at rachel.m.isara-phan.civ@us.navy.mil or Kylee Chun at kylee.k.chun.civ@us.navy.mil.
    Engineering Support Services - Commercial Derivative Aircraft
    Dept Of Defense
    The Department of Defense, through the Air Force Life Cycle Management Center (AFLCMC), is soliciting proposals for an Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract for Engineering Support Services (ESS) related to various commercial derivative aircraft, including the VC-25A and E-4B. The contract aims to provide both recurring and non-recurring engineering services, which encompass systems engineering, safety management, and technical support for sustaining and modernizing critical Air Force aircraft. This procurement is vital for maintaining the operational readiness and safety of executive aircraft, with a contract value subject to various pricing arrangements, including fixed-price and cost-plus options. Interested parties should direct inquiries to Cameron Burton or Capt Bailey Calico via email, with the solicitation process having commenced on October 30, 2025, and subsequent amendments issued through November 19, 2025.
    Multiple Award Construction Contract (MACC) - Large Scale Military Projects
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFACSYSCOM) Washington, is soliciting proposals for a Multiple Award Construction Contract (MACC) focused on large-scale military projects in Washington D.C., Maryland, and Virginia. This Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract will encompass general construction services, including design-build and design-bid-build projects, with a total contract value not to exceed $8 billion over an eight-year period. The selected contractors will be responsible for a variety of construction tasks, including new construction, renovation, and demolition of facilities supporting military operations. Interested parties must submit both price and non-price proposals by January 14, 2026, with inquiries directed to Holly Snow at holly.r.snow.civ@us.navy.mil or Molly Lawson at Molly.e.lawson.civ@us.navy.mil.
    Ellsworth AFB Simplified Acquisition of Base Engineering Requirements (SABER)
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the Simplified Acquisition of Base Engineering Requirements (SABER) at Ellsworth Air Force Base in South Dakota. This procurement aims to establish a firm-fixed price indefinite delivery indefinite quantity contract, where the selected contractor will provide all necessary personnel, equipment, transportation, and supplies to execute various task orders related to base engineering. The work is crucial for maintaining safe, sanitary, and operational conditions at the base, adhering to all applicable regulations. Proposals are due by July 10, 2025, with an anticipated award date of August 30, 2025. Interested contractors must be registered in the System of Award Management (SAM) and can direct inquiries to the primary contact, Samantha Hough, at samantha.hough.2@us.af.mil or 605-385-1730.
    Two Phase Design Build IDIQ MATOC in Support of the Western Region
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is announcing a presolicitation for a Two Phase Design Build Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contracts (MATOC) to support the Defense Health Agency (DHA) program in the Western Region of the United States. This procurement aims to provide design-build and repair services for military healthcare and research laboratory facilities, focusing on architectural, mechanical, electrical, instrumentation, security, and safety areas, with a total contract capacity of $249 million. The solicitation will be available on or around January 12, 2026, and interested contractors must be registered in SAM.gov to access the solicitation documents via the Procurement Integrated Enterprise Environment (PIEE) website. For further inquiries, potential bidders can contact LaRhonda Archie at larhonda.m.archie@usace.army.mil or the CT-M Inbox at ct-cproposals-medcom@usace.army.mil.