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
    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 secure multi-discipline engineering services, with a maximum value of $249 million and a guaranteed minimum of $3,000, emphasizing the need for specialized experience in waterfront engineering and related disciplines. Interested firms must demonstrate their qualifications, past performance, and commitment to small business participation, with submissions due by May 8, 2025, at 2:00 p.m. Hawaii Standard Time. For further inquiries, interested parties may contact 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.
    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.
    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.
    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.
    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.
    The document pertains to the RFP N62478-25-R-5050, detailing submission requirements for structural engineering services. It outlines that the Structural Principal-in-Charge must be a licensed Structural Engineer or a licensed Civil Engineer in states without Structural Engineer licenses. Clarifications on state residency documentation for key personnel are provided, stating no residency proof is required. Additionally, all key staff must be licensed in their disciplines, and relevant projects must demonstrate competence in specified design services. The document also emphasizes that interim and final Contractor Performance Assessment Reporting System (CPARS) records should be submitted when available, with guidelines for submitting Project Performance Questionnaires (PPQs) if CPARS do not cover necessary project completion details. Each project aspect must meet specified dollar thresholds independently to qualify, confirming that the financial criteria apply to individual project features within overarching projects. The guidance aims to enhance submission clarity and compliance, ensuring firms appropriately present their experience and qualifications for government contracts.
    The document outlines the specifications and inquiry responses for the Navy’s RFP No. N62478-25-R-5050, focusing on qualifications for key personnel in structural and waterfront engineering. It emphasizes that the Structural Principal-in-Charge must be a licensed Structural Engineer or a Civil Engineer if structural licenses are not available in the state of practice. The document clarifies licensing requirements, the submission of relevant projects, and the evaluation of past performance, indicating that submissions must demonstrate relevant experience and adhere to specified page limits. Questions address the definitions related to state licensing, past project qualifications, and the delineation of responsibilities between joint venture partners. Furthermore, the submission format specifies that additional documents like licensing proof and project summaries are exempt from page limits. The guidance provided aims to ensure clarity in the proposal process and maintain standards for project qualification under varying state regulations, facilitating a competitive bidding environment for engineering services.
    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.
    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.
    The document pertains to an Indefinite Delivery/Indefinite Quantity (IDIQ) contract for Architect-Engineer (A-E) services related to waterfront projects under the Naval Facilities Engineering Systems Command Hawaii. It outlines the submission requirements for interested firms, specifying the need for a completed Standard Form SF330. The contract, covering a base year plus four optional years, has a maximum fee of $249 million, with a guaranteed minimum of $3,000. Key services include design and engineering for military construction (MILCON), waterfront facilities, and site investigations, along with various engineering studies. The selection criteria emphasize specialized experience, professional qualifications of key personnel, past performance, quality control programs, and a commitment to utilizing small businesses. Firms are instructed to submit relevant project examples demonstrating expertise in types of projects specified and include detailed information about team members and their qualifications. The document encourages compliance with small business utilization goals as part of the evaluation process. This solicitation promotes transparency and open competition, inviting firms with the requisite qualifications to deliver complex engineering solutions while adhering to sustainable practices and maintaining a focus on quality and capacity. Interested firms are requested to submit their proposals electronically by April 30, 2025.
    The document outlines a solicitation for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract for Architect-Engineer (A-E) services related to various waterfront projects under the Naval Facilities Engineering Systems Command (NAVFAC) Hawaii. It invites interested A-E firms to submit their qualifications using the Standard Form SF330, emphasizing the need for specialized experience in waterfront/structural engineering. The contract spans a base year with four optional extensions, with a total fee of up to $249 million, starting in September 2025. Evaluation criteria include specialized experience, professional qualifications, past performance, quality control programs, program management capacity, firm location, sustainable design practices, commitment to small business, and volume of work. The document specifies submission requirements in detail, highlighting the importance of providing relevant project examples completed within the last ten years and adherence to quality and budget expectations. Firms are cautioned against submitting unnecessary details, as only critical content related to the solicitation will be evaluated. Overall, the document serves as a comprehensive guide for firms to understand the requirements for submitting their qualifications for an A-E services contract, ensuring compliance with federal regulations and emphasizing competition and quality within the selection process.
    The document outlines a Request for Proposals (RFP) by the Naval Facilities Engineering Systems Command (NAVFAC) Hawaii for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract for multi-discipline Architect-Engineer (A-E) services focused on various waterfront projects. The contract, lasting one base year with four potential one-year extensions, is open for submissions via the Standard Form SF330. The maximum contract value is $249 million, with a guaranteed minimum of $3,000. Firms are required to demonstrate specialized experience in relevant projects, with defined selection criteria including professional qualifications, past performance, quality control, program management capacity, firm location knowledge, sustainability expertise, and commitment to small business participation. A minimum of three out of five specified design types related to waterfront engineering is required for qualification. The evaluation process incorporates the firm’s capacity to meet government standards, the ability to work effectively within a designated geographic area, and engagement with small businesses. The submission deadline is May 8, 2025. Through this RFP, NAVFAC aims to identify the most qualified firms capable of executing critical waterfront infrastructure projects, ensuring competence and alignment with federal contracting guidelines.
    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.
    INDEFINITE DELIVERY INDEFINITE QUANTITY CONTRACT FOR ARCHITECT-ENGINEER SERVICES FOR VARIOUS CIVIL PROJECTS AND OTHER PROJECTS UNDER THE COGNIZANCE OF NAVAL FACILITIES ENGINEERING SYSTEMS COMMAND, PACIFIC
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command, Pacific, is seeking qualified architect-engineer firms to provide a range of services for various civil projects under an Indefinite Delivery Indefinite Quantity (IDIQ) contract. This contract, valued at up to $200 million over a one-year base period with four option years, will encompass services such as site development, Military Construction documentation, design-build and design-bid-build documents, technical surveys, cost estimates, and post-construction award services. The procurement is unrestricted under NAICS Code 541330, and firms will be evaluated based on criteria including specialized experience, key personnel qualifications, past performance, and commitment to small business. Interested parties must submit a completed Standard Form SF 330 by January 8, 2026, at 2:00 p.m. Hawaii Standard Time, and can contact Shaun Bissen at shaun.m.bissen.civ@us.navy.mil or Ann Saki-Eli at ann.h.sakieli.civ@us.navy.mil 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.
    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.
    Haleiwa Small Boat Harbor Maintenance Dredging and Revetted Mole Repair, Oahu, Hawaii
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, Honolulu District, is seeking letters of interest from prime contractors for a potential Design-Bid-Build construction project focused on maintenance dredging and revetted mole repair at Haleiwa Small Boat Harbor in Oahu, Hawaii. The project aims to restore the harbor to its authorized depths and ensure safe vessel navigation by conducting mechanical clamshell dredging to remove approximately 4,500 cubic yards of accumulated sediment, alongside necessary repairs to the revetted mole structure. Interested contractors must demonstrate relevant experience and capabilities, with an estimated project value between $2 million and $5 million, and responses are due by 2:00 p.m. Hawaii Standard Time on December 24, 2025, to the designated contacts, Jenna Lum and Jennifer Ko.
    CULTURAL RESOURCE TECHNICAL SERVICES AT VARIOUS LOCATIONS IN HAWAII, WESTERN PACIFIC AND ASIA FOR THE NAVAL FACILITIES ENGINEERING SYSTEMS COMMAND PACIFIC
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command Pacific (NAVFAC PAC), is seeking qualified contractors to provide cultural resource technical services at various locations in Hawaii, the Western Pacific, and Asia. The procurement involves a Firm-Fixed-Price, Multiple Award Contract (MAC) with an Indefinite Delivery Indefinite Quantity (IDIQ) structure, aimed at delivering a wide range of cultural resource services, including archaeological surveys, historical documentation, and data recovery, primarily in support of military projects. The total contract value is capped at $70 million over a maximum term of 90 months, with task orders typically ranging from $3,500 to $10 million. Interested parties should contact Kylee Chun at kylee.k.chun.civ@us.navy.mil or Rachel Isara-Phan at rachel.m.isara-phan.civ@us.navy.mil for further details, and proposals must adhere to the outlined requirements and deadlines specified in the solicitation documents.
    Manele Small Boat Harbor Breakwater Repair, Lanai, Hawaii
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is seeking letters of interest from prime contractors for the Manele Small Boat Harbor Breakwater Repair project in Lanai, Hawaii. The project involves maintenance repairs of the rubble mound breakwater, including resetting existing stones and providing new stones as needed, with an estimated construction cost between $5 million and $10 million. This opportunity is crucial for maintaining coastal infrastructure and ensuring safe navigation in the area. Interested contractors must submit their qualifications and relevant experience by December 24, 2025, at 2:00 p.m. Hawaii Standard Time, to the designated contacts, Christie Lee and Jennifer Ko, via email.
    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.
    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.
    Kahauiki Stream Maintenance Dredging, Phase 2, Fort Shafter Flats, Oahu, Hawaii
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the Kahauiki Stream Maintenance Dredging, Phase 2 project located at Fort Shafter Flats, Oahu, Hawaii. This design-bid-build project involves dredging and clearing two sections of Kahauiki Stream, cleaning two existing concrete culverts, and potentially replacing one culvert, with a focus on environmental compliance and best management practices throughout the process. The work is critical for maintaining the integrity of local waterways and ensuring proper drainage, which is vital for the surrounding infrastructure. Interested small businesses are encouraged to reach out to Kristin Schultz at kristin.e.schultz@usace.army.mil for further details, as this opportunity is set aside for total small business participation under FAR 19.5.