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
    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
    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
    Similar Opportunities
    A-E Shortlist for USDA-FS, Region 8 and 10, SRS-PNW-IITF Research Stations 2024
    Buyer not available
    The U.S. Department of Agriculture, specifically the Forest Service, is seeking qualified small business architect-engineer (A&E) firms for the 2024 Shortlist for the Southern Research Station (SRS) and Pacific Northwest Research Station (PNW) projects. The procurement aims to establish a Short Selection Database for contracts valued under $250,000, covering a range of engineering services including surveying, construction inspection, and environmental assessments across multiple states and territories. This initiative is crucial for enhancing ecosystem management and sustainability within the USDA's operational areas, with an average of 20 projects expected to be executed annually from this database. Interested firms must submit their qualifications, including a cover letter, A&E Submittal Cover Sheet, current SAM registration, and SF330 forms by March 15, 2024, to Cynthia Granderson at cynthia.granderson@usda.gov, with a cc to Steven Alves at steven.alves@usda.gov.
    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.
    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) for Environmental National Environmental Policy Act (NEPA) SERVICES
    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 to provide Environmental National Environmental Policy Act (NEPA) services. The objective of this procurement is to engage firms that can deliver comprehensive engineering services in accordance with NEPA requirements, which are critical for ensuring environmental compliance in federal projects. These services play a vital role in assessing the environmental impacts of proposed actions and ensuring that all necessary evaluations are conducted to meet federal regulations. Interested firms should contact Sharon Newsome at sharon.d.newsome@usace.army.mil or Robert Reed at robert.e.reed@usace.army.mil for further details, as this opportunity is currently listed as a Sources Sought notice under NAICS code 541330.
    R--STRATEGIC PLANNING CONSULTING SERVICE
    Buyer not available
    The Department of the Interior, specifically the National Park Service, is seeking qualified firms to provide strategic planning consulting services under a total small business set-aside contract. The objective of this procurement is to enhance administrative management and general management consulting capabilities, which are crucial for effective operational planning and decision-making within the agency. The services will be performed at the Park Headquarters located in Gulf Breeze, Florida, and are vital for ensuring the efficient management of national parks and related resources. Interested parties can reach out to Evans Ward at AndreWard@nps.gov or call 850-232-4630 for further information regarding this opportunity.
    Worldwide Envelope, Roofing, and Waterproofing A&E IDIQ
    Buyer not available
    The U.S. Department of State is seeking proposals for a Worldwide Envelope, Roofing, and Waterproofing Architect-Engineer (A&E) Indefinite Delivery Indefinite Quantity (IDIQ) contract. This procurement aims to secure professional architectural and engineering services for the Roof & Façade Management Program, which includes assessing, designing, and inspecting roofing and waterproofing needs at various Foreign Service Posts globally. The selected contractors will be responsible for ensuring compliance with U.S. and local codes while delivering high-quality designs and documentation, with a contract value ranging from a minimum of $10,000 to a maximum of $800,000 annually, totaling up to $4 million over five years. Interested parties must submit their proposals by March 21, 2025, and can contact Ryan C. Edwards at Edwardsrc@state.gov for further information.
    Architect Engineer Support to Mobile District Planning and Environmental Division
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Mobile District, is seeking qualified small businesses to provide Architect-Engineer (AE) services for the Planning and Environmental Division. The procurement aims to establish an Indefinite Delivery/Indefinite Quantity (IDIQ) contract for services that include the preparation of master plans for military and civil facilities, with a focus on NEPA compliance, biological evaluations, and public involvement coordination. This opportunity is crucial for ensuring effective planning and environmental management in military operations, and interested firms must demonstrate relevant experience and capabilities, particularly in Military Master Planning. Submissions are due by March 17, 2025, and must be sent via email to the designated contacts, Jeffrey Donaldson and Elizabeth Trimble, for further inquiries.
    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.
    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.
    Multiple Award AEP IDIQ Services Contracts
    Buyer not available
    The District of Columbia Courts is seeking qualified firms to provide Multiple Award Indefinite Delivery/Indefinite Quantity (IDIQ) services contracts for Architectural, Engineering, and Planning (AEP) services. The procurement aims to support the Capital Projects and Facilities Management Division, encompassing a range of services including pre-design, space planning, and construction document preparation. This initiative is crucial for addressing the courts' infrastructure needs and ensuring the efficient operation of judicial functions within the District. Proposals are due by March 21, 2025, at 1:00 PM EST, and interested parties should contact Flor de Maria de Rivera at maria.rivera@dccsystem.gov or 703-901-1547 for further information.