Architect Engineer IDIQ for NAVFAC EURAFCENT Area of Responsibility (AOR)
ID: N3319125RF051Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVFACSYSCOM EUROPE AFRICA CENTRALFPO, AE, 09622-0051, USA

NAICS

Engineering Services (541330)

PSC

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

    The Department of Defense, through the NAVFACSYSCOM EUROPE AFRICA CENTRAL, is soliciting proposals for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract for multi-discipline Architect-Engineer (A-E) services within the NAVFAC EURAFCENT Area of Responsibility (AOR). The contract aims to provide planning, design, and engineering services for various military and NATO facilities, adhering to both U.S. and host nation requirements, with a total estimated value of up to $75 million over a five-year period. Interested firms must submit their qualifications using the Standard Form SF 330, with a focus on specialized experience, professional qualifications, and past performance, by the extended deadline of June 30, 2025. For inquiries, firms can contact Graeme Silva at graeme.l.silva.civ@us.navy.mil or Myangela Buescher at myangela.h.buescher.civ@us.navy.mil.

    Files
    Title
    Posted
    The document outlines a procurement opportunity for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract, focusing on Architect-Engineer (A-E) services for planning, design, and engineering across various facilities within the NAVFAC EURAFCENT Area of Responsibility (AOR). The contract, valued at up to $75 million over five years, is open for submissions via the SF 330 form, with a guaranteed minimum of $10,000. Services required include multi-discipline design and planning for military and NATO projects, adhering to U.S. and host nation codes. Key evaluation criteria include specialized experience, qualifications of key personnel, past performance, quality control processes, and capacity to manage work. The submission deadline is June 2, 2025. Notably, firms must comply with the Defense Federal Acquisition Regulation and ensure current registration in the System of Award Management (SAM) to be eligible for consideration. This procurement reinforces the government's commitment to establishing a proficient team for military construction and maintenance projects, ensuring regulatory compliance and high-quality deliverables throughout the contract period.
    The document outlines an Indefinite Delivery/Indefinite Quantity (IDIQ) contract solicitation for multi-discipline Architect-Engineer (A-E) services to support planning, design, and engineering for various facilities in the NAVFAC EURAFCENT Area of Responsibility (AOR), potentially worldwide. It emphasizes that interested firms must submit the Standard Form SF 330 showcasing their qualifications, as there won't be a separate Request for Proposals (RFP) package. The estimated value of the contract will not exceed $75 million over an initial one-year base term with four optional one-year extensions. Key services include design and planning for numerous facility types, adherence to DoD and host nation requirements, and quality control measures. Selection will be based on specialized experience, professional qualifications, past performance, and overall capacity. The submission requirements are extensive, demanding detailed presentation of prior projects, verification of qualifications, and an assurance of capability to meet regulatory standards. The due date for submissions is June 2, 2025, with inquiries accepted until May 22, 2025. This solicitation aims to engage qualified firms that can deliver compliant design services in a collaborative environment, enhancing U.S. military infrastructure.
    The NAVFAC/USACE Past Performance Questionnaire (Form PPQ-0) is designed for contractors to provide detailed information about their previous contract experiences and performance. The form requires contractors to fill in pertinent details such as firm name, contract number, award dates, completion dates, and project descriptions. It also necessitates client feedback on the contractor's performance across various areas, including quality of work, schedule adherence, customer satisfaction, management, cost control, safety compliance, and overall performance ratings. Clients evaluate the contractor using adjective ratings from "Exceptional" to "Unsatisfactory" based on their performance against contractual requirements. The completed questionnaires must be submitted to NAVFAC along with proposals, reinforcing the importance of client feedback in government contracting. This document is essential for assessing contractor reliability and performance for federal and local grants and RFPs, ensuring that only capable contractors are considered for future projects.
    Amendment 0001 of Synopsis N3319125RF051 pertains to an Indefinite Delivery/Indefinite Quantity (IDIQ) contract for architect-engineer services for various facilities under NAVFAC EURAFCENT. The amendment primarily extends the proposal due date to 16 June 2025 and addresses several pre-proposal inquiries (PPIs) regarding submission requirements and evaluation criteria. Key clarifications include allowing joint ventures (JVs) to submit up to ten projects for evaluation and confirming that full design projects from different procurement methods can be equated in experience submissions. Additionally, the document ensures that past performance documentation such as CPARS is not counted against page limits, and it reaffirms that recent project experience should span the last ten years. Other topics addressed include the acceptance of interim CPARS ratings, the necessity for JVs to have distinct registration numbers, and clarifications on licensing requirements for engineers and architects. The modification process reflects efforts to align submission expectations with the operational needs of NAVFAC and respond constructively to industry feedback.
    The document outlines Amendment 0002 for an indefinite delivery/indefinite quantity contract related to architect-engineer services for various facilities in the NAVFAC EURAFCENT area of responsibility. The main purpose of this amendment is to extend the proposal due date from 16 June 2025 to 30 June 2025, at 1500 hours Central European Summer Time (CEST). Additionally, it establishes a cutoff date for pre-proposal inquiries, which must be submitted by 16 June 2025 at the same time. Inquiries submitted after this deadline may not be addressed. This amendment is significant for firms interested in submitting proposals, as it provides additional time and clarifies the process for submitting questions regarding the request for proposals (RFP).
    The document details Amendment 0003 for Synopsis N3319125RF051, which pertains to an Indefinite Delivery/Indefinite Quantity Contract for architect-engineer services for NAVFAC EURAFCENT AOR. The amendment serves two primary purposes: updating the synopsis following Pre-Proposal Inquiry (PPI) responses and addressing the inquiries received thus far. Key changes, highlighted in yellow, include clarifications on post-construction award services, which can be validated through any project designed by the firm that was fully executed during the construction period. Additionally, the amendment clarifies licensure requirements for non-U.S. professionals. It confirms that individuals qualified under local laws in their respective countries will be acceptable for practice, with an exception for Fire Protection Engineers, who must pass specific examinations. This document is part of a larger governmental initiative to streamline and clarify RFP processes and compliance standards, ensuring that both local and international professionals are appropriately validated for participation in federal contracts.
    Lifecycle
    Title
    Type
    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.
    Facility Planning Services A-E IDIQ Sources Sought Notice
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command Southwest (NAVFAC SW), is seeking qualified small businesses, including 8(a), HUBZone, Woman-Owned Small Businesses (WOSB), and Service-Disabled Veteran-Owned Small Businesses (SDVOSB), for a potential Architect-Engineer (A-E) Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract for Facility Planning Services. The primary objective is to identify firms capable of providing a range of A-E services, including project planning documents and shore infrastructure master planning, for various Navy and Marine Corps installations across California, Arizona, Nevada, Colorado, New Mexico, and Utah, with a focus on Southern California. This contract, estimated at $30 million over five years, will require interested firms to submit their qualifications using the SF330 form by December 18, 2025, detailing relevant experience and key personnel, including an AICP certified planner and a Registered Architect. For further inquiries, interested parties may contact Britney Machado-Potestio at britney.l.machado-potestio.civ@us.navy.mil.
    INDEFINITE DELIVERY/INDEFINITE QUANTITY CONTRACT FOR MULTI-DISCIPLINE ARCHITECT-ENGINEER SERVICES FOR VARIOUS MULTI-DISCIPLINE ENGINEERING AND RELATED PROJECTS UNDER THE COGNIZANCE OF NAVAL FACILITIES ENGINEERING SYSTEMS COMMAND, HAWAII
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC) Hawaii, is seeking qualified architect-engineer firms for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract to provide multi-discipline architect-engineer services for various projects primarily located in Hawaii, with potential for worldwide application. The contract, which is a total small business set-aside, includes a base period of one year with four additional one-year options and a six-month extension, with a total fee not exceeding $20 million and a guaranteed minimum of $3,000. The selected firm will be responsible for a range of services including project documentation, design-build documents, engineering studies, and post-construction services, with task orders valued between $5,000 and $1.5 million. Interested firms must submit their qualifications via the SF330 form by December 30, 2025, at 2:00 PM Hawaii Standard Time, and are encouraged to contact Kelcie Kimura or Kris Nakashima-Wong for further information.
    INDEFINITE QUANTITY ARCHITECT-ENGINEER SERVICES FOR VARIOUS STRUCTURAL AND WATERFRONT PROJECTS AND OTHER PROJECTS AT LOCATIONS UNDER THE COGNIZANCE OF NAVAL FACILITIES ENGINEERING COMMAND, PACIFIC
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Pacific (NAVFACSYSCOM PACIFIC), is seeking qualified architect-engineer firms to provide indefinite quantity services for various structural and waterfront projects. The procurement aims to secure professional services that will support the design and engineering needs for projects under the command's jurisdiction, emphasizing the importance of structural engineering expertise in maintaining and enhancing naval facilities. Interested firms can reach out to Erik S. Torngren at erik.torngren@navy.mil or 808-474-6476, or Shaun M. Chow at shaun.chow@navy.mil or 808-471-1166 for further details regarding the attached justification and approval document.
    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.
    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 Scott AFB, IL
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is seeking qualified architect-engineer firms to provide Title I and Title II services under an Indefinite Delivery, Indefinite Quantity (IDIQ) contract at Scott Air Force Base, Illinois. The procurement aims to award contracts to up to five small business firms for multi-discipline A-E services that will support the Base Civil Engineer's real property and construction programs, with each contract potentially spanning one base year and four option periods. Interested firms must submit their qualifications using Standard Form 330 by 3:00 p.m. CST on January 6, 2026, and are required to be registered in the System for Award Management (SAM) and licensed to practice in Illinois. For further inquiries, contact Christa Wooten at christa.wooten@us.af.mil or Fawne E. Lee at fawne.lee@us.af.mil.
    INDEFINITE DELIVERY INDEFINITE QUANTITY UNRESTRICTED MULTIPLE AWARD CONSTRUCTION CONTRACT FOR NEW CONSTRUCTION, RENOVATION, AND REPAIR OF COMMERCIAL AND INSTITUTIONAL FACILITIES USING ALTERNATIVE CONSTRUCTION METHODS (ACM) AT VARIOUS GOVERNMENT INSTALLATI
    Dept Of Defense
    The Department of Defense, through the Department of the Navy's NAVFACSYSCOM Southwest, is seeking contractors for an Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Construction Contract focused on new construction, renovation, and repair of commercial and institutional facilities using Alternative Construction Methods (ACM) across various government installations in California, Arizona, Nevada, Utah, Colorado, and New Mexico. This procurement aims to award approximately eight contracts through a two-phase design-build selection procedure, emphasizing technical approach, experience, past performance, safety, and price, with a total estimated value exceeding $2.5 billion. The contract period spans two years with an option for an additional three years, and task orders will range from $15 million to $250 million, with a minimum guarantee of $5,000 for each awardee. Interested contractors should contact Shane Mahelona at shane.k.mahelona.civ@us.navy.mil or 619-705-4631, and must monitor the SAM website for the solicitation, expected to be posted on or about July 16, 2025.
    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.
    Sources Sought Notice MFAES Korean Firms
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Huntsville Engineering and Support Center, is conducting market research to identify qualified Korean architect-engineer (A-E) firms capable of providing a range of services for medical facilities. The procurement aims to support the design, technical assistance, engineering surveys, facility planning, and construction phase services for medical and dental clinics, hospitals, and laboratories, primarily for the USACE Medical Center of Expertise & Standardization (MCX) and the Defense Health Agency (DHA). This opportunity is significant as it addresses the critical need for high-quality medical facility design and support services, with potential work extending to other overseas locations such as Belgium, Germany, the UK, Italy, and Japan. Interested firms must submit their qualifications and a detailed capabilities questionnaire by January 26, 2026, at 12:00 P.M. Central Time, and can contact Eddie Williams or Johnna Sebben for further information.