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
ID: N62742-25-R-0101Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVFACSYSCOM PACIFICJBPHH, HI, 96860-3134, USA

NAICS

Architectural Services (541310)

PSC

ARCHITECT AND ENGINEERING- GENERAL: OTHER (C219)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    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.

    Files
    Title
    Posted
    The document discusses an RFP (Request for Proposal) regarding the role of an Electrical Protection Engineer, whose responsibilities include conducting utility system studies and addressing technical deficiencies. The specific tasks involve vulnerability assessment, load flow analysis, fault current analysis, and coordination of protective devices, as mentioned in Part 1.e. of the contract. A question about the adequacy of using SKM and ETAP software for the required studies was posed, to which the government responded that simply possessing the software does not fulfill the requirements. This response highlights the necessity for comprehensive qualifications beyond just having the appropriate tools. Overall, the document underscores the importance of technical proficiency and the scope of services expected from bidders in the electrical protection engineering sector.
    This document addresses clarifications regarding a government solicitation that involves engineering services. It confirms that the correct NAICS code is 541330, which pertains to Engineering Services. Furthermore, the submission due date for the SF330 form is specified as March 15, 2025, at 12:00 PM Hawaii Standard Time. There is a distinction made that the announcement is not a request for proposals in the conventional sense, meaning it does not require detailed pricing information; rather, it seeks qualifications through the SF330 form. This emphasis on clarifying submission details and distinguishing between different types of documentation underlines the administrative precision required in government contracting processes. Overall, the document serves to ensure potential bidders are fully informed and that there is no confusion over submission requirements and timelines related to the contract.
    The NAVFAC/USACE Past Performance Questionnaire (Form PPQ-0) serves as a standardized evaluation tool for assessing contractors' performance on federal projects. The form requires contractors to provide detailed organizational information, contractual details, and project descriptions, including their role (prime, subcontractor, etc.) and the percentage of work performed. Clients are responsible for evaluating the contractor's performance across multiple criteria, including quality, timeliness, customer satisfaction, management effectiveness, financial management, and safety compliance. The performance is rated using a scale from Exceptional to Unsatisfactory. This evaluation helps ensure that contractors maintain sufficient performance standards for federal projects and aids in future procurement decisions. Additionally, the government reserves the right to verify submitted information, ensuring accountability and thorough assessment of contractors' capabilities. The questionnaire functions as a critical element in government procurement processes, emphasizing the importance of past performance as a predictor of future success in fulfilling contract obligations.
    The file outlines a Request for Proposals (RFP) for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract aimed at securing multi-discipline Architect-Engineer (AE) services for utility system studies under NAVFAC Pacific's jurisdiction. The contract, which may reach a maximum of $30 million over a base year and four option years, is set to commence in September 2025 and is exclusively reserved for small businesses within the Engineering Services sector (NAICS Code 541330). The scope includes electrical, mechanical, and civil utility studies, along with GIS mapping, system operational modeling, and translation services. Interested firms must submit an SF 330 form demonstrating specialized experience, professional qualifications, past performance, management capability, and compliance with citizenship requirements. The evaluation criteria prioritize specialized experience, qualifications of key personnel, past performance, quality control, and capacity for concurrent task execution. Proper registration in the System for Award Management is mandated for eligibility. The deadline for submission is January 16, 2025, with all communication through designated channels to ensure clarity and adherence to the submission guidelines.
    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.
    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 Architect-Engineer Services Contract (Electrical) Not-To-Exceed $9.9M for the Design of Miscellaneous Projects in the USACE Honolulu District Area of Responsibility
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Honolulu District, is seeking qualified architect-engineer firms to provide indefinite-delivery services for electrical design projects within its area of responsibility. The contract, valued at not-to-exceed $9.9 million, aims to support various miscellaneous projects that require specialized electrical engineering services. This opportunity is crucial for maintaining and enhancing the electrical infrastructure in the region, ensuring compliance with safety and operational standards. Interested firms should contact Brett Watanabe at brett.j.watanabe@usace.army.mil or 808-835-4045, or Colin Waki at colin.k.waki@usace.army.mil or 808-835-4393 for further details.
    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.
    Fire Protection Design/Engineering Services
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Systems Command Pacific (NAVFACSYSCOM PACIFIC), is seeking sources for Fire Protection Design/Engineering Services. This procurement aims to engage qualified firms to provide engineering services related to fire protection systems, which are critical for ensuring safety and compliance in various military facilities. The opportunity is set aside for small businesses under the Small Business Administration guidelines, with the NAICS code 541330 designated for Engineering Services. Interested parties should reach out to Mitchell Yoshimura at mitchell.s.yoshimura@navy.mil or call 808-471-0130, or contact Erik Torngren at erik.torngren@navy.mil or 808-474-6476 for further details.
    Indefinite Delivery Architect-Engineer Services Contract (Geotechnical Engineering, Engineering Geology, Topographic Survey, Orthophotography, Cadastral Mapping, and Land Parcel Mapping) NTE $9.9M for the Design of Misc Projects in the USACE POH AOR
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Honolulu District, is seeking qualified architect-engineer firms to provide indefinite delivery services for geotechnical engineering, engineering geology, topographic survey, orthophotography, cadastral mapping, and land parcel mapping. The objective of this procurement is to support the design of various projects within the USACE Pacific Ocean Division's area of responsibility, ensuring accurate and reliable data for project planning and execution. These services are critical for infrastructure development and environmental assessments, contributing to the effective management of land and resources in the region. The total estimated contract value is not to exceed $9.9 million, and interested firms, particularly small businesses, are encouraged to contact Jenna Lum at jenna.k.lum@usace.army.mil or Colin Waki at colin.k.waki@usace.army.mil for further details.
    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.
    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.
    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.
    C--NUWC Structural Roof assessment
    Buyer not available
    The Department of the Interior is soliciting bids for a structural roof assessment at Building 977 of the Naval Undersea Warfare Center in Kapolei, Hawaii. The project aims to evaluate the roof's structural integrity due to concerns over safety and load capacity, necessitating a comprehensive assessment of existing conditions and recommendations for remediation. This procurement is set aside for small businesses under NAICS code 541330, emphasizing the government's commitment to enhancing infrastructure safety while promoting small business participation. Proposals are due by March 24, 2025, and interested contractors should direct inquiries to Andrew Cary at andrewcary@ibc.doi.gov.