INDEFINITE DELIVERY INDEFINITE QUANTITY (IDIQ) ARCHITECT AND ENGINEERING (AE) SERVICES CONTRACT FOR MECHANICAL AND ELECTRICAL SERVICES, HAMPTON ROADS, AREA OF RESPONSIBILITY
ID: N4008524R0001Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVFACSYSCOM MID-ATLANTICNORFOLK, VA, 23511-0395, USA

NAICS

Engineering Services (541330)

PSC

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

    The Department of Defense, through the NAVFAC Mid-Atlantic office, is seeking qualified small businesses to provide Indefinite Delivery/Indefinite Quantity (IDIQ) Architect and Engineering (AE) services for mechanical and electrical design projects primarily within the Hampton Roads area of Virginia. The contract, valued at up to $40 million over five years, aims to support various federal construction projects, including new constructions and renovations, emphasizing the need for specialized design and engineering services. Interested firms must demonstrate relevant experience and qualifications, with proposals due electronically via the PIEE system by September 19, 2024. For further inquiries, potential bidders can contact Kristy Gerrek at kristy.gerrek@navy.mil or Amanda Bricker at amanda.bricker@navy.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the solicitation for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract for Architectural and Engineering (AE) services focusing on mechanical and electrical design within the NAVFAC Mid-Atlantic Region, specifically targeting the Hampton Roads area. Key updates in Amendment 0001 include revised evaluation criteria for specialized experience, submission requirements, and responses to pertinent inquiries. Firms must demonstrate recent project experience, particularly in designing various mechanical, electrical, and plumbing systems, encompassing both new construction and major renovations. The contract, valued at approximately $40 million over five years, emphasizes compliance with federal and regional regulations and mandates that submissions adhere to strict formatting requirements. Firms may submit their proposals electronically via the PIEE Solicitation Module by September 16, 2024. The document emphasizes the importance of quality control, project management, and a thorough understanding of the geographic area, ensuring that selected firms align with the outlined expectations. Overall, this solicitation aims to engage highly qualified small businesses capable of delivering innovative and regulatory-compliant engineering solutions for essential projects.
    The document outlines a Request for Proposal (RFP) for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract aimed at securing architectural and engineering services for mechanical and electrical design projects within the NAVFAC Mid-Atlantic region, particularly in the Hampton Roads area. The proposal submission deadline is extended to September 19, 2024, to give applicants time to revise materials in accordance with new submission requirements. Key aspects include submission formats, criteria for evaluation (specialized experience, qualifications, past performance), and specific documentation such as Past Performance Questionnaires (PPQs) or completed CPARS required for evaluation. The total contract is valued at up to $40 million over five years. Firms must demonstrate relevant experience, with particular emphasis on projects completed in the last seven years, and comply with specified licensing and registration requirements. Additionally, safety precautions, quality control measures, and the need for security clearances for key personnel are highlighted. The document is structured to guide eligible firms in preparing competitive proposals while ensuring compliance with federal procurement standards. Ultimately, the RFP indicates the government's intent to engage qualified small businesses to support essential engineering and design projects within its facilities.
    The government document outlines a Request for Proposal (RFP) for an Indefinite Delivery/Indefinite Quantity (IDIQ) Architect and Engineering Services Contract for mechanical and electrical design services within the NAVFAC Mid-Atlantic Region, primarily focusing on the Hampton Roads area. The contract, valued at up to $40 million over five years, is set aside for small businesses in accordance with federal regulations. Key components include provisions for project types like new construction and renovations, with specific requirements for mechanical and electrical design services across various facility types. The document details submission expectations for interested firms, emphasizing the necessity to demonstrate specialized experience, qualifications, and past performance through the SF-330 form. Selection criteria include specialized expertise, quality control programs, program management capacity, location of the firm, and previous volume of federal contracts. A completed SF-330 package is required by a specified deadline, and the proposal submission process must be electronic via the PIEE system. The document underscores the importance of compliance with regulations and procedures relevant to providing engineering services for federal projects.
    The NAVFAC/USACE Past Performance Questionnaire (Form PPQ-0) is designed to gather comprehensive evaluations of contractors' performance in federal projects. It contains sections for contractors to provide information about their firm, contract details, and the nature of work performed, such as whether they were a prime contractor or subcontractor. Clients then assess contractor performance across multiple criteria: quality, schedule adherence, customer satisfaction, management effectiveness, cost management, safety, and overall compliance with contract terms. Clients rate contractors on a scale from Exceptional (E) to Unsatisfactory (U), ensuring a thorough evaluation of technical performance, timeliness, and financial management. The completed questionnaire assists NAVFAC in evaluating performance risks for future solicitations, emphasizing transparency and accountability in government contracting. The form also encourages direct submission from clients to enhance the integrity of the evaluation process. Overall, this document plays a crucial role in assessing past contractor performance informally tied to future procurement decisions in government contracting contexts.
    The document pertains to a federal Request for Proposals (RFP) for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract specifically targeting Architecture and Engineering (AE) services related to mechanical and electrical design within the NAVFAC Mid-Atlantic Region, primarily focusing on the Hampton Roads area. The pre-proposal inquiry submission form is designed to facilitate communication between potential contractors and the issuing agency regarding the RFP. The document is structured to include sections for inquiries, reference questions, and additional details necessary for bidders. The purpose of this RFP is to acquire specialized design and engineering services to support various federal construction projects in the specified region, highlighting the government's continuous investment in infrastructure and modernization efforts. Respondents are encouraged to submit their questions, establishing a transparent and collaborative bidding process to ensure all bidders have clear access to necessary information before proposals are submitted. This contract exemplifies federal initiatives to enhance local engineering capabilities while addressing specific regional needs.
    The Procurement Integrated Enterprise Environment (PIEE) Vendor Registration Guide details the process for vendors to register and manage their accounts within the Department of Defense’s (DoD) PIEE platform. This platform streamlines solicitation management and enhances security, offering two vendor roles: Proposal Manager and Proposal View Only. The guide provides step-by-step instructions for new users to self-register for a PIEE user account, emphasizing the importance of having an Account Administrator and the need for accurate user profile completion. Existing users can add roles by following specific steps after logging in. Additional sections include resources for help and support, outlining how to contact the company’s Account Administrator or technical support for issues related to the PIEE platform. The document also features a Roles and Actions/Functions Matrix, detailing capabilities associated with each vendor role. This structure supports the overarching aim of facilitating more efficient participation in government RFP processes by ensuring vendors can effectively engage with DoD solicitations.
    The document outlines a Request for Proposals (RFP) for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract to provide mechanical and electrical design services within the NAVFAC Mid-Atlantic region, primarily for the Hampton Roads Area of Responsibility. The contract spans five years, with a total fee cap of $40 million and a guaranteed minimum of $5,000. It is designated as a total small business set aside under NAICS Code 541330. Key service areas include mechanical and electrical design for new constructions, renovations, and supporting the Public Works Department's engineering needs. The document specifies several requirements for firms, including experience in complex projects, adherence to quality control, and the ability to manage hazardous materials, among other regulatory needs. Selection criteria prioritize specialized experience, professional qualifications, past performance, quality control, program management capacity, firm location, and volume of work. It emphasizes firm registration and qualifications, requiring a completed SF-330 submission by the deadline of September 9, 2024. The procurement aims to promote small business engagement while addressing the government’s engineering support needs strategically.
    Similar Opportunities
    Y--IDIQ MACC FOR LARGE CONSTRUCTION PROJECTS, HAMPTON ROADS, Virginia NAVFAC MID-ATLANTIC
    Active
    Dept Of Defense
    Presolicitation notice from the Department of Defense, Department of the Navy, NAVFACSYSCOM MID-ATLANTIC, for a Design-Build (DB) / Design-Bid-Build (DBB) Indefinite Delivery Indefinite Quantity (IDIQ) Firm Fixed Price Multiple Award Construction Contract (MACC) for large construction projects in the Hampton Roads, Virginia area. The contract will primarily consist of general building type projects, including new construction, demolition, repair, alteration, and renovation of buildings, systems, and infrastructure. The projects may include civil, structural, mechanical, electrical, fire protection, and communication systems. The facilities to be constructed include administrative, industrial, maintenance, warehouses, hangars, communications, personnel support, recreation, lodging, dormitory, medical, training, ranges, and roads. The contract is for one year with four one-year option periods, and the estimated construction cost is not to exceed $249,000,000. The first task order will be for the design and construction of a Marine Corps Bachelor Enlisted Quarters (BEQ) at Naval Weapons Station, Yorktown, Virginia, with an estimated construction cost between $25,000,000 and $100,000,000. The solicitation will be issued on or about December 15, 2017, and will be listed as N40085-18-R-1104 on the Navy Electronic Commerce Online website (NECO).
    Small business Architect-Engineer Multidiscipline Services IDIQ
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers Wilmington District, is issuing a presolicitation notice for a Small Business Architect-Engineer (A-E) Multidiscipline Services Indefinite Delivery Indefinite Quantity (IDIQ) contract with a total ceiling of $35 million. This procurement aims to award up to five task order contracts to small businesses, providing a range of design and engineering services to support Civil Works and Military Planning and Design programs, including project planning, feasibility studies, and construction phase services. The contracts will have a one-year base ordering period with four optional years and may include a six-month extension, with task orders ranging from a minimum of $100,000 to a maximum of $7.5 million. Interested parties should monitor for the electronic solicitation release on or around October 30, 2024, and may contact Joshua Craven at joshua.s.craven@usace.army.mil or Edward Boddie at Edward.A.Boddie@usace.army.mil for further information.
    MULTI-DISCIPLINE V/E ARCHITECT/ENGINEER SERVICES FOR PROJECTS IN THE U.S. ARMY CORPS OF ENGINEERS, BALTIMORE DISTRICT, NORTH ATLANTIC DIVISION (NAD)
    Active
    Dept Of Defense
    The Department of the Army, specifically the U.S. Army Corps of Engineers, Baltimore District, is seeking qualified architect-engineer firms to provide multi-discipline V/E (Value Engineering) services for various projects. The procurement aims to enhance project efficiency and effectiveness through expert engineering and architectural services, which are critical for the successful execution of military infrastructure projects. The proposal due date has been extended to 11:00 AM EST on 31 October 2024, and interested firms can reach out to primary contact Yubaraj Rasaily at yubaraj.rasaily@usace.army.mil or by phone at 443-853-2061 for further information.
    Indefinite Delivery Contract For Multi-Discipline Miscellaneous Civil Works and Military Design and Other Architect and Engineering (A-E) Services Within the Boundaries of the Caribbean District
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers Caribbean District, is conducting a sources sought notice to identify qualified firms for an Indefinite Delivery Contract for Multi-Discipline Miscellaneous Civil Works and Military Design and Other Architect and Engineering (A-E) Services within the Caribbean District. The procurement aims to gather capabilities for engineering and design services related to civil works and military projects, including preparation of design reports, engineering studies, and construction plans for various infrastructure projects such as environmental restoration, flood risk reduction, and military facility renovations. The estimated contract value is $200 million, and interested firms must submit their qualifications by 4:00 PM EST on October 30, 2024, to Samuela Y. Adams at Samuela.Y.Adams@usace.army.mil.
    Architect-Engineering Services for Comprehensive Long-Term Environmental Action Navy VII (CLEAN VII), Naval Facilities Engineering Systems Command Pacific
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command Pacific (NAVFAC Pacific), is seeking qualified architect-engineering firms to provide comprehensive long-term environmental action services under the CLEAN VII program. The procurement aims to identify capable small business concerns, including Section 8(a), HUBZone, woman-owned, and service-disabled veteran-owned businesses, to support the Department of the Navy’s Environmental Restoration Program, which includes Installation Restoration and Munitions Response programs in compliance with federal environmental regulations. The contract will encompass a range of services such as site evaluations, remedial designs, and ecological risk assessments, with a total contract value of up to $980 million over a potential five-year period. Interested firms must submit their qualifications and past performance questionnaires by 10:00 AM HST on November 4, 2024, to the designated contacts, Samantha Tomisato and Kori-Ann Tanaka, via email.
    Craney Island Earthwork IDIQ FY24
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE ARMY is seeking construction services for the Craney Island Earthwork IDIQ project in Portsmouth, VA. The project involves site maintenance and improvements at CIDMMA, a confined upland dredge material placement site. The work includes excavation, reclamation, transport of materials, and construction of site improvement infrastructure projects. The contract will be a three-year Indefinite Delivery Indefinite Quantity (IDIQ) contract with multiple task orders expected. The estimated value of the contract is $75,000,000. The procurement is set aside for small businesses. The solicitation is anticipated to be posted on the Procurement Integrated Enterprise Environment (PIEE) website in February 2024 for a 30-day period. Interested firms should monitor the website for updates.
    Architectural-Engineering (A-E) Services for General Engineering and Design Services for Various Locations within the Corps of Engineers North Atlantic Division Boundaries
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is seeking qualified Architect-Engineer (A-E) contractors to provide General Engineering and Design Services primarily within the New England District, which includes Maine, New Hampshire, Vermont, Massachusetts, Connecticut, and Rhode Island. The procurement aims to establish an unrestricted multiple award task order contract (MATOC) with a capacity ranging from $100 million to $180 million, focusing on larger and more technically complex projects exceeding $20 million. This initiative is crucial for enhancing project efficiency and contractor engagement in significant development and engineering endeavors. Interested firms must submit a capabilities package by October 18, 2024, to Contract Specialist Brian Mannion at brian.t.mannion@usace.army.mil, as this notice serves to assess industry interest and capabilities in preparation for a future solicitation.
    AE Geotechnical Services IDIQ
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals from qualified architect-engineer firms for geotechnical engineering services under an Indefinite Delivery Indefinite Quantity (IDIQ) contract within the Louisville District. The procurement aims to select a firm based on qualifications and relevant experience to conduct various geotechnical tasks, including soil drilling, laboratory testing, and foundation analysis, with a maximum contract value of $5 million over a five-year period. This opportunity is critical for ensuring the integrity and safety of military infrastructure in the region, emphasizing quality control and familiarity with local geological conditions. Interested firms must submit their proposals electronically by October 11, 2024, and are required to register in the SAM database for award eligibility; for further inquiries, contact Adyson Medley at adyson.medley@usace.army.mil or call 502-315-6211.
    Z--Electrical Indefinite Delivery Indefinite Quantity (IDIQ) Construction Contract, Joint Expeditionary Base (JEB) Little Creek / Fort Story
    Active
    Dept Of Defense
    Sources Sought DEPT OF DEFENSE DEPT OF THE NAVY is seeking electrical construction services for the Joint Expeditionary Base (JEB) Little Creek / Fort Story. This indefinite delivery indefinite quantity (IDIQ) construction contract is for the construction of structures/facilities. The specific details and requirements of the procurement are not provided.
    Y--8(a) Set-Aside Design-Build/Design-Bid-Build Indefinite Delivery Indefinite Quantity (IDIQ)Firm Fixed Price Multiple Award Construction Contract (MACC)
    Active
    Dept Of Defense
    Presolicitation notice from the Department of Defense, Department of the Navy, NAVFACSYSCOM MID-ATLANTIC office, for an 8(a) set-aside Design-Build/Design-Bid-Build Indefinite Delivery Indefinite Quantity (IDIQ) Firm Fixed Price Multiple Award Construction Contract (MACC). The contract is primarily for construction projects in support of Air Station Oceana, Joint Expeditionary Base Little Creek-Ft. Story, and Naval Air Station Yorktown in the Hampton Roads area, Virginia. The projects will include general building type projects such as new construction, demolition, repair, alteration, and renovation of buildings, systems, and infrastructure. The facilities to be constructed include administrative, industrial, maintenance, warehouses, hangars, communications, personnel support, recreation, lodging, dormitory, medical, training, ranges, and roads. The contract is limited to certified 8(a) firms and has a duration of one year with four one-year option periods. The estimated construction cost for all contracts is not to exceed $95,000,000. The NAICS Code is 236220. The Request for Proposal (RFP) will be issued in November 2017.