C -- INDEFINITE DELIVERY/INDEFINITE QUANTITY CONTRACT FOR ARCHITECT-ENGINEER SERVICES FOR VARIOUS WATERFRONT PROJECTS AND OTHER PROJECTS PRIMARILY UNDER THE COGNIZANCE OF NAVAL FACILITIES ENGINEERING SYSTEMS COMMAND HAWAII
ID: N6247825R5050Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVFACSYSCOM HAWAIIPEARL HARBOR, HI, 96860-3139, USA

NAICS

Engineering Services (541330)

PSC

ARCHITECT AND ENGINEERING- GENERAL: LANDSCAPING, INTERIOR LAYOUT, AND DESIGNING (C211)
Timeline
  1. 1
    Posted Mar 26, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 3, 2025, 12:00 AM UTC
  3. 3
    Due May 1, 2025, 12:00 AM UTC
Description

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 focused on various waterfront projects. The contract aims to provide multi-discipline engineering services, including construction documentation, design-build requests, and comprehensive design services, with a total maximum fee of $249 million over a base year and four one-year options. This procurement is critical for ensuring effective management and execution of engineering projects in Hawaii's waterfront areas, reflecting the government's commitment to high standards in infrastructure development. Interested firms must submit their proposals electronically by April 30, 2025, and can direct inquiries to Alice Mende at alice.s.mende.civ@us.navy.mil or Jennifer Lau at jennifer.m.lau2.civ@us.navy.mil.

Point(s) of Contact
Files
Title
Posted
The document provides detailed requirements for demonstrating specialized experience within government Requests for Proposals (RFPs) and grants, focusing on engineering and architectural services. It outlines key project attributes necessary for evaluation, including project title, location, completion years, roles, construction costs, firm involvement, and type of work (new construction or repair). Candidates must specify their design and engineering services, which can include a range of documents and studies such as design charrettes or solicitation documents. Additionally, the document lists disciplines involved, such as structural, civil, mechanical, and electrical engineering, along with relevant recent projects like piers and drydocks. The primary purpose of this document is to establish a framework for assessing the qualifications of firms competing for governmental contracts, ensuring they possess the pertinent experience and capabilities to meet project requirements. By clearly outlining evaluation criteria, the document aids in the selection process, promoting compliance with federal standards for infrastructure development projects. Overall, it serves as both a guide and a standard for evaluating specialized experience in the context of federal and local government contracts.
The document outlines supplemental information required for key personnel resumes as part of federal and state/local Request for Proposals (RFPs) and grants. It provides a structured template for detailing the professional qualifications of individuals involved in relevant construction projects. Each section prompts the inclusion of project-specific details, such as project title and location, client information, role in the project (indicating whether the work is new construction or repair), construction costs exclusive of design fees, and applicable design or engineering services. The template emphasizes important documents like DD Form 1391 and various design approaches. This systematic collection of data is essential for evaluating qualifications and competencies of personnel in relation to government-funded projects, ensuring compliance with federal requirements and fostering informed decision-making in the awarding of contracts. Overall, the document serves to streamline the submission process while maintaining transparency and meticulousness in governmental project oversight.
Apr 3, 2025, 6:05 PM UTC
The NAVFAC/USACE Past Performance Questionnaire (Form PPQ-0) is designed for contractors to report their performance in federal projects, crucial for bidding on government contracts. Contractors fill in sections detailing their firm’s information, contract specifics, project descriptions, and client details. The form guides clients to evaluate the contractor’s performance based on criteria like quality, timeliness, customer satisfaction, management, cost management, safety, and general responsiveness, using predefined adjective ratings (Exceptional, Very Good, Satisfactory, Marginal, Unsatisfactory, Not Applicable). The evaluation contributes significantly to the contractor's credibility and reliability in future projects, as NAVFAC emphasizes the verification of submitted information. The document also includes a section for clients to provide additional remarks and insights about the contractor's strengths and weaknesses, reinforcing the importance of detailed feedback in performance assessments. Overall, the questionnaire serves as a vital tool in the evaluation and selection process for government contracts, ensuring contractors meet required standards to benefit federal projects.
Apr 3, 2025, 6:05 PM UTC
The document presents Attachment D, titled "Historical Small Business Utilization," as part of federal Request for Proposals (RFPs) and grants. It requires all offerors, regardless of size, to report on their past small business subcontracting performance. Each offeror must detail their participation in various projects under specialized experience by completing sections that capture project specifics, subcontracting values, and categories of subcontracted small business concerns. Key components include: 1. Project Details: Offering specific project information, including contract numbers, size of offeror, role assumed (prime, subcontractor, or joint venture), and if a subcontracting plan was necessary. 2. Actual vs. Goal Reporting: Offerors must document actual dollar amounts subcontracted, calculations of percentages, and any established goals, with required explanations for unmet goals or cases of no small business subcontracting. 3. Definitions: Clear terms are provided to standardize submissions, including definitions of total project dollar value, self-performed value, and total subcontract value. The purpose is to evaluate commitment to small business utilization in federal contracts and ensure compliance with established goals and values, vital for fostering small business engagement within federal contracting opportunities.
Apr 3, 2025, 6:05 PM UTC
The Small Business Subcontracting Plan for Solicitation N62478-25-R-5050 outlines the requirements for large businesses to engage small businesses in subcontracting relationships during the execution of an Indefinite Delivery/Indefinite Quantity contract for various waterfront and engineering projects under the Naval Facilities Engineering Systems Command in Hawaii. The plan must adhere to the Federal Acquisition Regulation (FAR) 19.704 standards, presenting established contracting goals for participation from a range of small business concerns, including Women-Owned, HUBZone, and Veteran-Owned small businesses. The document requires contractors to set measurable goals, identify potential subcontractors, and maintain detailed records of outreach efforts, commitments, and project management. A designated employee will oversee the program to ensure compliance and coordinate outreach initiatives. The plan emphasizes that all subcontractors will be evaluated to ensure equitable participation and payment adherence. Additionally, it mandates periodic reporting and progress tracking to gauge performance against set goals, thus reinforcing federal efforts to stimulate small business growth in government contracting.
Apr 3, 2025, 6:05 PM UTC
The document outlines requirements for small business participation in response to a federal request for proposals (RFP) for an indefinite delivery/indefinite quantity contract focused on architect-engineer services for various waterfront projects under the U.S. Naval Facilities Engineering Systems Command Hawaii. It mandates that all offerors, whether large or small businesses, complete the Small Business Participation Commitment Document (SBPCD) to demonstrate their commitment to subcontracting with small businesses. Key elements include defining the prime contractor's business size, delineating total contract values, and setting specific minimum participation requirements for small businesses, which is at least 20% of the total contract value. Offerors must detail their subcontracting plans, including written commitments with small businesses, and provide justifications for any shortfalls in meeting the participation target. The form emphasizes the necessity of using the prescribed format, as alternative submissions will not be evaluated. Overall, the document serves as a tool for ensuring that small businesses are engaged and supported in federal contracts, promoting inclusivity and economic development in this sector while complying with government regulations.
Mar 26, 2025, 8:05 PM UTC
The government file outlines a solicitation for an Indefinite Delivery/Indefinite Quantity (IDIQ) Contract for Architect-Engineer (A-E) services related to waterfront projects managed by the Naval Facilities Engineering Systems Command Hawaii (NAVFAC Hawaii). The contract spans one year with four optional renewals, totaling up to $249 million. It is categorized as unrestricted, inviting full competition, particularly seeking firms with specialized experience in waterfront and structural engineering. Firms are required to submit a Standard Form SF330 to demonstrate their qualifications, which will be evaluated based on criteria such as specialized experience, professional qualifications, past performance, and commitment to small business utilization. The submission process is detailed, including the total number of pages allowed, specific submission attachments, and the necessity for a quality control program. Key responsibilities addressed under this contract include executing Military Construction project documentation, conducting various engineering studies, and providing comprehensive design services for waterfront facilities. The importance of sustainability in design, local knowledge, and past performance evaluation is stressed, reflecting the government's intent to source capable firms to fulfill complex engineering needs. Proposals are due by April 30, 2025, with submissions exclusively through electronic format.
Apr 3, 2025, 6:05 PM UTC
The document pertains to RFP N62478-25-R-5050, issued by the Naval Facilities Engineering Systems Command (NAVFAC) Hawaii, soliciting qualified firms to submit proposals for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract for multi-discipline Architect-Engineer (A-E) services related to various waterfront projects. The contract spans a base year with four one-year options, totaling a maximum fee of $249 million, with a minimum guaranteed payment of $3,000. Firms must demonstrate relevant experience in waterfront and structural engineering, focusing on construction documentation, design-build requests, engineering studies, and comprehensive design services. Key evaluation criteria include specialized experience, professional qualifications, past performance, quality control programs, program management capacity, firm location, sustainable design knowledge, commitment to small businesses, and recent volume of work. Submission requirements mandate the use of the SF330 form, along with detailed disclosures on prior relevant projects, key personnel, quality control measures, and business plans. The proposal submission deadline is specified as April 30, 2025, with electronic submissions as the only acceptable method. The contract aims for a competitive selection of a highly qualified firm to ensure effective management of projects primarily in Hawaii's waterfront areas, reflecting the government's commitment to rigorous engineering service standards.
Similar Opportunities
AE IDIQ Design and Engineering Services for Waterfront -Small Projects - HR AOR
Buyer not available
The Department of Defense, through the NAVFAC Mid-Atlantic office, is seeking qualified small businesses to provide architect-engineer (A-E) design and engineering services for small waterfront projects in the Hampton Roads area of Virginia. The contract, structured as an Indefinite Delivery/Indefinite Quantity (IDIQ) agreement, is valued at up to $95 million over a five-year period and emphasizes the need for specialized experience in designing waterfront structures such as piers and wharves for Navy facilities. This procurement is crucial for enhancing military operational capabilities and ensuring compliance with federal standards in infrastructure development. Interested firms must submit their proposals electronically by April 14, 2025, and can direct inquiries to Demetrice Jenkins at demetrice.jenkins2.civ@us.navy.mil or Catharine Keeling at catharine.a.keeling.civ@us.navy.mil.
Environmental Restoration Architect-Engineering IDIQ
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC) Northwest, is seeking qualified small business architect-engineer firms for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract focused on Environmental Restoration services. The contract, valued at up to $45 million, will primarily support environmental projects across various locations in Washington and Alaska, with a base period of 24 months and an option for an additional 36 months, plus a potential six-month extension. This procurement emphasizes the importance of environmental management and rehabilitation at military installations, with submissions evaluated based on specialized experience, professional qualifications, and past performance. Interested firms must submit their qualifications electronically by April 28, 2025, and can direct inquiries to Solomon Ocansey or Kimberly Gillette via their provided email addresses.
DESIGN BUILD CONSTRUCTION INDEFINITE DELIVERY INDEFINITE QUANTITY MULTIPLE AWARD TASK ORDER CONTRACT
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting proposals for a Design-Build Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contract, with a total funding amount of $90 million over five years. The procurement aims to award contracts to up to five small businesses for various construction tasks, emphasizing quality control, management approach, and technical solutions in the evaluation process. Interested offerors must have an active registration in SAM.gov and submit proposals through the PIEE portal, adhering to specified formats and content guidelines. Key deadlines include the proposal submission deadline, which has been extended to April 10, 2025, and inquiries should be directed to Ann Adley at ann.m.adley@usace.army.mil or by phone at 978-318-8255.
SOURCES SOUGHT FOR IDIQ MACC FOR NEW CONSTRUCTION, REPAIR, AND RENOVATION OF VARIOUS WATERFRONT FACILITIES PROJECTS AT VARIOUS GOVERNMENT INSTALLATIONS LOCATED IN CA, AZ, NV, UT, CO, AND NM
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Systems Command Southwest (NAVFAC SW), is seeking qualified small businesses for an Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC) focused on the new construction, repair, and renovation of waterfront facilities at various government installations primarily located in California, Arizona, Nevada, Utah, Colorado, and New Mexico. Interested contractors must demonstrate relevant experience in self-performing major construction work within the last seven years, particularly in projects involving piers, wharves, and bulkheads, utilizing design-build methodologies. The total estimated contract value is $750 million over a five-year period, with responses due by April 15, 2025. Interested parties should contact Shaun Schnurbusch at shaun.m.schnurbusch.civ@us.navy.mil for further information and to submit their qualifications.
Indefinite Delivery Indefinite Quantity (IDIQ) for Carpet/Resilient Floor Replacements, Various Locations, Oahu, Hawaii
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC) Hawaii, is seeking contractors for an Indefinite Delivery Indefinite Quantity (IDIQ) contract focused on carpet and resilient floor replacements at various locations on Oahu, Hawaii. This procurement aims to provide essential flooring services, which are critical for maintaining operational readiness and safety in military facilities. The contract is set aside for 8(a) certified businesses under the NAICS code 238330, and interested parties can reach out to Robert Wong at robert.l.wong13.civ@us.navy.mil or call 808-471-1592 for further details. The presolicitation notice indicates that the contract will be awarded in accordance with federal procurement regulations.
INDEFINITE DELIVERY/INDEFINITE QUANTITY (IDIQ) MULTIPLE AWARD TASK ORDER CONTRACTS (MATOCs) FOR ARCHITECT-ENGINEER SERVICES
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Omaha District, is seeking qualified firms for Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Task Order Contracts (MATOCs) for Architect-Engineer (A-E) services. This opportunity focuses on gathering information from firms, particularly small businesses and those owned by veterans and women, with expertise in high-security engineering projects, including Sensitive Compartmented Information Facilities (SCIFs) and classified design documentation. The anticipated contract period spans seven years, with a total projected value of approximately $249 million, emphasizing the importance of security and renovation engineering to support the Department of Defense and federal agencies. Interested firms must submit their qualifications in a single PDF by April 18, 2025, and should be registered in the System for Award Management (SAM) for eligibility. For further inquiries, contact Michelle M. Alcover at michelle.m.alcover@usace.army.mil or Tyler P. Hegge at tyler.hegge@usace.army.mil.
Architect-Engineer (A/E) Services For Long-Range Planning
Buyer not available
The Department of Defense, specifically the Naval Air Warfare Center, is seeking qualified architect-engineer firms to provide long-range planning services. The procurement aims to secure professional engineering services under NAICS code 541330, focusing on general production engineering. These services are crucial for the strategic planning and development of naval operations and infrastructure. Interested firms must submit their SF-330 documents through the Procurement Integrated Enterprise Environment (PIEE) by the extended deadline of May 13, 2025, with inquiries directed to Seunghwa Lee at seunghwa.t.lee.civ@us.navy.mil or Helen Xiong at helen.n.xiong.civ@us.navy.mil.
Civil Design IDC/IDIQ
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) San Francisco District, is seeking information from industry regarding a potential Indefinite Delivery Contract/Indefinite Quantity (IDC/IDIQ) for civil design services. The procurement aims to support various Civil Works activities, including wetland restoration, flood control, and environmental studies, requiring a broad range of engineering and construction services. This opportunity is crucial for ensuring adequate competition among potential contractors, particularly within the small business community, as the total contract capacity is estimated at $45 million over a performance period of up to five years. Interested firms must submit their statements of capability by May 5, 2025, to Lisa Ip at lisa.i.ip@usace.army.mil, and must be registered in SAM.gov to be eligible for contract awards.
READINESS CENTER ADDITION COMMISSIONING SERVICES
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking qualified firms to provide commissioning services for the Readiness Center Addition project located in Kapolei, Hawaii. The contractor will be responsible for conducting building commissioning for various systems, including HVAC, building automation, lighting control, and electrical systems, as well as developing a comprehensive commissioning plan and attending construction meetings over an eight-month period. This opportunity is crucial for ensuring the operational efficiency and safety of the facility's systems, with a tentative performance period from December 1, 2024, to May 31, 2026. Interested firms must submit their intent to quote, firm details, and a statement of capability to Warren Sabugo at warren.m.sabugo.civ@army.mil by the specified deadline.
Architecture & Engineering Multidiscipline Survey and Mapping Services IDIQ
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers Wilmington District, is seeking qualified firms to provide multidiscipline architecture and engineering services under an Indefinite Delivery/Indefinite Quantity (IDIQ) contract for surveying and mapping services. The procurement aims to identify potential small business sources, including 8(a), HUBZone, Service Disabled Veteran Owned, and Economically Disadvantaged Women Owned Small Businesses, to perform various surveys, GIS services, and the production of maps and CADD products across North Carolina and Virginia, with potential for nationwide application. The total estimated value of the contract is $6 million, covering a base year and four one-year option periods, with a submission deadline for Statements of Capabilities set for 3:00 PM Eastern Daylight Time on April 9, 2025. Interested firms should direct their submissions to Jenifer Garland at jenifer.m.garland@usace.army.mil and Rosalind M. Shoemaker at rosalind.m.shoemaker@usace.army.mil.