C--SOUTHEAST REGION IDIQ MULTI-DISCIPLINARY AE DESIGN SERVICES
ID: 140P2024R0179Type: Sources Sought
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICEDSC CONTRACTING SERVICES DIVISIONDENVER, CO, 80225, USA

NAICS

Architectural Services (541310)

PSC

ARCHITECT AND ENGINEERING- GENERAL: OTHER (C219)
Timeline
  1. 1
    Posted Aug 26, 2024, 12:00 AM UTC
  2. 2
    Updated Aug 26, 2024, 12:00 AM UTC
  3. 3
    Due Sep 12, 2024, 8:00 PM UTC
Description

The Department of the Interior, through the National Park Service (NPS), is seeking qualified firms to provide Multi-disciplinary Architect-Engineer (AE) Design Services for projects across the Southeast Region of the United States. This initiative aims to establish Indefinite Delivery, Indefinite Quantity (IDIQ) contracts that will encompass a variety of tasks, including environmental assessments and infrastructure improvements, with a total contract value of up to $100 million over a five-year period. The NPS emphasizes the importance of small business participation, requiring that at least 50% of the contract's performance costs be fulfilled by selected small businesses. Interested firms must submit their qualifications by September 12, 2024, and can direct inquiries to Bai Perney at bai_perney@nps.gov or by phone at 303-987-6766.

Point(s) of Contact
Files
Title
Posted
Sep 3, 2024, 7:04 AM UTC
The National Park Service (NPS) has issued a Sources Sought Notice to gauge interest and qualifications from businesses for Multi-disciplinary Architect-Engineer (AE) Design Services. This initiative seeks to develop an acquisition strategy for Indefinite Delivery, Indefinite Quantity (IDIQ) contracts covering various projects across the Southeast Region of the U.S., including environmental assessments and infrastructure improvements. The anticipated contracts will last five years, with a maximum value of $100 million, and will require that at least 50% of the contract's performance costs be fulfilled by the selected small business. Firms are invited to demonstrate their capabilities through a narrative submission that highlights professional qualifications, business status under NAICS 541310, experience in self-performing project work, and readiness to handle multiple task orders across a broad geographic area. Responses are due by September 12, 2024, and will aid NPS in determining if a small business set-aside is appropriate for this initiative. The NPS will not reimburse any costs incurred for submissions, emphasizing a voluntary response without expectation of compensation.
Lifecycle
Title
Type
Sources Sought
Similar Opportunities
NESDIS Architectural and Engineering IDIQ
Buyer not available
The Department of Commerce's National Oceanic and Atmospheric Administration (NOAA) is seeking qualified architect-engineer firms to provide Indefinite-Delivery, Indefinite-Quantity (IDIQ) services for the National Environmental Satellite Data and Information Service (NESDIS). The contract will encompass a range of services including project management, facility programming, design services, and construction oversight for various NESDIS facilities primarily located in the Washington DC metro area and Fairbanks, Alaska. This initiative is crucial for enhancing the operational capabilities of NESDIS, which plays a vital role in environmental data and satellite operations. Interested firms must submit their qualifications electronically by May 16, 2025, with a total submission limit of 80 pages, and should be registered in the System for Award Management (SAM) to be eligible for award. The estimated budget for this requirement is between $5 million and $10 million.
USDA Forest Service -Region 1 AE Facility Design Services_Pre-solicitation
Buyer not available
The USDA Forest Service is seeking qualified engineering firms to provide Indefinite Delivery, Indefinite Quantity (IDIQ) contract services for professional engineering and design projects primarily in Montana, with potential work extending to North Dakota, Idaho, Washington, and South Dakota. The procurement aims to select up to ten firms based on their qualifications, specialized experience, capacity, past performance, and geographical presence to support various engineering disciplines, including architecture, civil, mechanical, and electrical engineering, focusing on the construction, maintenance, and renovation of facilities. This opportunity is set aside for small businesses, with a primary contract term of one year and four optional extensions, totaling a potential five-year engagement. Interested firms must submit their qualifications by May 15, 2025, and registration in the System for Award Management (SAM) is mandatory for eligibility. For further inquiries, contact Gilbert Chonje at gilbert.chonje@usda.gov or call 931-378-8014.
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 provide multi-disciplined A/E services through a series of Indefinite Delivery/Indefinite Quantity (IDIQ) contracts. The procurement aims to award up to twelve contracts, with a target of six reserved for small businesses, to support various projects within the North Atlantic Division, with a total capacity not exceeding $500 million. The services required will primarily focus on Sustainment, Restoration, and Maintenance (SRM), along with other engineering tasks such as design, cost estimating, environmental documentation, and construction support. Interested firms should contact Erica Stiner or Leigha Arnold via email for further information, with the solicitation synopsis expected to be issued in the third quarter of FY25.
Z--YOSE, SEKI, and DEPO Flooring IDIQ
Buyer not available
The Department of the Interior, specifically the National Park Service (NPS), is seeking qualified contractors for a five-year Indefinite Delivery Indefinite Quantity (IDIQ) contract focused on flooring services at Yosemite, Sequoia and Kings Canyon National Parks, Devils Postpile National Monument, and El Portal, California. The procurement will encompass flooring installation and related tasks, with task orders ranging from $2,000 to $1,500,000, and a total cap of $1,500,000 for any single contractor. This initiative is crucial for maintaining the facilities within these national parks, ensuring they remain safe and accessible to the public. Interested businesses are encouraged to submit their capabilities and business classifications by May 2, 2025, directly to Timothy Modjeski at TimModjeski@nps.gov or by phone at 303-819-9916.
Intermountain Region 4 AE Cadastral Boundary Surveying Service IDIQ
Buyer not available
The Department of Agriculture, specifically the Forest Service, is seeking qualified small business architect-engineer firms to provide Non-Personal Architect-Engineer (A-E) Services for the Intermountain Region 4 Cadastral Boundary Surveying Service IDIQ. The procurement aims to establish up to eight Indefinite Delivery Indefinite Quantity (IDIQ) contracts over a five-year period, with a total funding cap of $4 million, focusing on professional land surveying services across Idaho, Wyoming, Utah, Nevada, and California. These services are crucial for effective land management, ensuring accurate boundary delineation, and addressing property-related issues within National Forests and Grasslands. Interested firms must submit their qualifications via the SF 330 form by May 15, 2025, and can direct inquiries to Tanya Spanfellner at tanya.spanfellner@usda.gov.
INDEFINITE DELIVERY/INDEFINITE QUANTITY CONTRACT FOR ARCHITECT-ENGINEER SERVICES FOR ARCHITECTURAL PROJECTS AT VARIOUS LOCATIONS UNDER THE COGNIZANCE OF NAVAL FACILITIES ENGINEERING SYSTEMS COMMAND, PACIFIC
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Command, Pacific, is seeking qualified architect-engineer firms for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract focused on architectural projects at various locations. The contract aims to provide multi-discipline architect-engineer services, with a total maximum fee of $249 million over a base period of one year and four optional years, emphasizing the importance of sustainable design practices and small business participation. Interested firms must submit an SF 330 form by June 3, 2025, and will be evaluated based on their specialized experience, qualifications of key personnel, and past performance, with a guaranteed minimum fee of $10,000. For further inquiries, interested parties can contact Wanda L. Okemura at wanda.okemura@navy.mil or Erik Torngren at erik.s.torngren.civ@us.navy.mil.
C--US AFCEC NEPA/EA/EIS MATOC
Buyer not available
The Department of the Interior is issuing a presolicitation notice for a Multiple Award Indefinite Delivery/Indefinite Quantity (ID/IQ) Task Order Contract to provide Environmental Impact Statement (EIS) and Environmental Assessment (EA) services for the U.S. Air Force Civil Engineer Center (AFCEC). This contract aims to support nationwide environmental programs focused on conservation and environmental planning, requiring firms to demonstrate expertise in NEPA processes, including evaluating environmental impacts and managing public communications. The total contract ceiling is set at $100 million over a five-year period, with qualifications due via Form SF 330 by May 10, 2025. For inquiries, interested parties may contact Xanthe Otterstedt at xantheotterstedt@ibc.doi.gov or call 703-914-3719.
INDEFINITE DELIVERY/INDEFINITE QUANTITY CONTRACT FOR ARCHITECT-ENGINEER SERVICES FOR UTILITY ENGINEERING, UTILITY INFRASTRUCTURE MANAGEMENT, UTILITY OPERATION AND MAINTENANCE, AND UTILITY MANAGEMENT SERVICES 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 utility engineering, infrastructure management, operation and maintenance, and management services worldwide. The contract aims to provide essential services related to utility systems, including electricity, water, wastewater, and natural gas, with a total potential fee of $80 million and a guaranteed minimum of $10,000 over a one-year base period plus four optional years starting in February 2026. Interested firms must demonstrate their qualifications through a completed SF 330 form, highlighting their specialized experience and commitment to small business subcontracting, with final submissions due by May 16, 2025. For further inquiries, potential bidders can contact Jamie Oyelowo at jamie.l.oyelowo.civ@us.navy.mil or Edward Flint at edward.d.flint.civ@us.navy.mil.
H--Fire Protection Sys Inspect/Test - 12 AK Parks
Buyer not available
The Department of the Interior, specifically the National Park Service's Alaska Regional Office, is seeking qualified contractors to provide fire protection systems inspection and testing services across 12 national parks in Alaska. The primary objective of this procurement is to ensure that fire safety systems are operational and compliant with National Fire Protection Association (NFPA) standards, thereby enhancing public safety and emergency preparedness within these facilities. This contract, which is set aside for small businesses, will span until October 31, 2025, and includes requirements for annual inspections, immediate reporting of deficiencies, and coordination with monitoring services. Interested vendors must submit their proposals by May 1, 2025, and can direct inquiries to Ronald Bunch at ronaldbunch@nps.gov or by phone at 907-201-7719.
Z--MIIN 314972 & HAFO 314578 Rehab ID Parks Ops Bldgs
Buyer not available
The Department of the Interior, through the National Park Service, is soliciting proposals for the rehabilitation of operational buildings at the Hagerman Fossil Beds National Monument and Minidoka National Historic Site in Idaho, under solicitation number 140P2025R0015. The project involves significant construction activities, including the installation of a dry-pipe fire suppression system, the construction of a new maintenance building, and the drilling of a new potable water supply well, with an estimated construction cost between $1,000,000 and $5,000,000. This initiative is crucial for enhancing the operational integrity of these national historic sites while ensuring compliance with safety and environmental regulations. Interested small businesses must submit their proposals by April 30, 2025, at 12:00 PM MDT, and can direct inquiries to Gabriel Castellanos at gabrielcastellanos@nps.gov or by phone at 303-969-2118.