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
ID: N6274225R0003Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVFACSYSCOM PACIFICJBPHH, HI, 96860-3134, USA

NAICS

Architectural Services (541310)

PSC

ARCHITECT AND ENGINEERING- GENERAL: OTHER (C219)
Timeline
  1. 1
    Posted Apr 14, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 14, 2025, 12:00 AM UTC
  3. 3
    Due Jun 4, 2025, 12:00 AM UTC
Description

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.

Files
Title
Posted
Apr 14, 2025, 11:05 PM UTC
The NAVFAC/USACE Past Performance Questionnaire (Form PPQ-0) is designed to evaluate contractors' performance on government contracts. It includes sections for contractors to provide essential information, such as firm details, contract specifics, project descriptions, and their role (prime contractor, subcontractor, etc.). Clients provide evaluations of contractor performance in various categories, including quality, schedule adherence, customer satisfaction, management effectiveness, cost management, safety, and compliance with contractual terms. The evaluations use a rating system from "Exceptional" to "Unsatisfactory," helping assess performance and risk. The completed questionnaire is submitted as part of proposals for NAVFAC solicitations, allowing government officials to verify contractor performance data. The systematic structure ensures comprehensive assessments of contractors, facilitating informed decisions regarding future government contracts and funding.
Apr 14, 2025, 11:05 PM UTC
The Small Business Subcontracting Plan outlined in the provided document serves as a template for large businesses submitting contracts with the federal government, in accordance with Federal Acquisition Regulations (FAR). The primary objective is to establish subcontracting goals that promote the inclusion of small businesses across various categories, such as Small Disadvantaged Businesses (SDB), Women-Owned Small Businesses (WOSB), and Veteran-Owned Small Businesses (VOSB), among others. The plan requires detailed financial targets for subcontracting, along with rationale for these goals, to ensure equitable participation of small businesses. Moreover, it stipulates the responsibilities of contractors in administering the plan, such as maintaining lists of qualified small business concerns, encouraging subcontract opportunities, and ensuring timely payment to subcontractors. The plan also mandates the submission of periodic reports to assess compliance with established goals and tracks subcontracting activities. Overall, this document reflects the federal government's commitment to fostering small business participation in federal contracting, aimed at enhancing competition, innovation, and economic growth within the small business sector.
Apr 14, 2025, 11:05 PM UTC
This document outlines the Small Business Subcontracting Record, a form used by government contractors to report subcontracting achievements. It requires detailed information about contracts, including whether the contract is a prime or subcontract, whether a subcontracting plan is required, and actual subcontracted amounts for various categories. Key categories include small business concerns, other than small business concerns, small disadvantaged business concerns, women-owned small business concerns, HUBZone small business concerns, veteran-owned small business concerns, and service-disabled veteran-owned small business concerns. The form must list specific dollar amounts and percentages achieved, along with customer references for validation. This record is essential for compliance with federal requirements regarding subcontracting to ensure that specific thresholds of participation by diverse business groups are met, supporting inclusivity in government contracting.
Apr 14, 2025, 11:05 PM UTC
The document outlines a Small Business Participation and Commitment Strategy required for a federal solicitation or contract, focusing on how a contractor plans to engage small businesses during project execution. It includes estimated values for planned subcontracting, self-performed work, and total proposal value, which amounts to $249 million. The strategy details specific subcontracts with both other than small businesses (OTS) and various categories of small businesses, including small disadvantaged, women-owned, veteran-owned, and HUBZone concerns. Each subcontract is expected to be disclosed with its associated dollar value and commitment status. Furthermore, it emphasizes reporting the overall participation of various business entities as a percentage and details the importance of accurate categorization of subcontractors for compliance with federal guidelines. The form requires a comprehensive summary of contract performance, mandating transparency in the allocation of opportunities for small businesses. Overall, this document serves as a critical tool for ensuring small business engagement in government contracts, aligning with federal goals to promote equitable business practices in federal procurement.
Apr 14, 2025, 11:05 PM UTC
The government file N62742-25-R-0003 outlines a solicitation for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract for multi-discipline Architect-Engineer (AE) services focused on architectural projects at various locations managed by the Naval Facilities Engineering Command, Pacific. The contract includes a base period of one year and four optional years, totaling a maximum fee of $249 million, with a guaranteed minimum of $10,000. Interested firms must submit an SF 330 form, as this is an unrestricted procurement, with the focus on evaluating firms based on their specialized experience, key personnel qualifications, past performance, quality control measures, program management capabilities, sustainable design practices, and commitment to small businesses. The selection criteria prioritize firms with experience in new construction projects valued at $20 million or more and detailed qualifications of key personnel. Moreover, small and disadvantaged business involvement is emphasized, with particular participation goals outlined for various categories. Submissions are due by June 3, 2025, and careful adherence to documentation and proposal requirements is critical for evaluation. This solicitation reflects the government’s objective to engage highly qualified firms while promoting small business participation and sustainable practices in construction and engineering services in the Pacific region.
Similar Opportunities
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.
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
Buyer not available
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 procurement aims to secure specialized engineering services, particularly in structural and waterfront engineering, with a total contract value of up to $249 million over a base year and four optional extensions. This contract is crucial for maintaining and enhancing naval facilities, ensuring compliance with federal standards, and promoting sustainable design practices. Interested firms must submit their qualifications by April 30, 2025, at 2:00 p.m. Hawaii Standard Time, 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.
Environmental Restoration Architect Engineering IDIQ
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Command Northwest (NAVFAC NW), is seeking qualified small business architect-engineer firms for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract focused on Environmental Restoration services. This procurement aims to address environmental projects primarily in Washington and Alaska, with potential work extending to Oregon, Idaho, Montana, and Wyoming, emphasizing the importance of compliance with federal regulations and effective environmental management. The contract, valued at up to $45 million over a maximum duration of 66 months, requires firms to demonstrate specialized experience, professional qualifications, and strong past performance, with submissions due by April 28, 2025. Interested parties can contact Solomon Ocansey at solomon.a.ocansey.civ@us.navy.mil or Kimberly Gillette at kimberly.a.gillette4.civ@us.navy.mil for further information.
INDEFINITE DELIVERY/INDEFINITE QUANTITY (IDIQ) CONTRACT FOR MULTI‐ DISCIPLINE ARCHITECT‐ENGINEER (A‐E) SERVICES IN SUPPORT OF PROJECTS ON NUWC FACILITIES AT NAVAL UNDERSEA WARFARE CENTER NEWPORT DIVISION (NUWCDIVNPT), NEWPORT, RI.
Buyer not available
The Department of Defense, through the Naval Undersea Warfare Center Newport Division (NUWCDIVNPT), is seeking qualified small business architect-engineer firms to provide multi-discipline architect-engineer (A-E) services for various facility projects in Newport, Rhode Island. The contract will encompass a range of services including planning, design, construction evaluation, and renovation projects, with a maximum contract value of $5 million over a five-year period. This procurement is critical for ensuring the effective management and execution of facility improvements and infrastructure projects at NUWCDIVNPT. Interested firms must submit their qualifications using the SF 330 form by May 12, 2025, with inquiries directed to Michael Ouellette at michael.n.ouellette.civ@us.navy.mil or Alexander Olarte at alexander.olarte.civ@us.navy.mil.
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.
NESDIS Architectural and Engineering IDIQ
Buyer not available
The Department of Commerce, through the National Oceanic and Atmospheric Administration (NOAA), is seeking qualified architect-engineer firms for the NESDIS Architectural and Engineering Indefinite Delivery Indefinite Quantity (IDIQ) contract. This procurement aims to secure A/E services for various facilities under NOAA, including project management, facility programming, design services, and commissioning, primarily focused on locations in the Washington D.C. metro area and Fairbanks, Alaska. The selected contractors will play a crucial role in enhancing NOAA's capabilities in environmental data systems, ensuring compliance with safety and operational standards. Interested firms must submit their qualifications by 10:00 am EDT on May 5, 2025, with an estimated contract value between $5 million and $10 million. For further inquiries, contact Mark Sullivan at mark.a.sullivan@noaa.gov or Markita Simmonds at markita.simmonds@noaa.gov.
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.
Northwest Zone Architecture & Engineering Professional Services IDIQ
Buyer not available
The U.S. Department of Agriculture, Forest Service, is seeking qualifications from architect-engineer firms for multiple award Indefinite Delivery-Indefinite Quantity (IDIQ) contracts under the Northwest Zone Architecture & Engineering Professional Services initiative. The procurement aims to secure professional AE services across three engineering disciplines—Transportation, Facilities, and Environmental—essential for the development, design, construction, and maintenance of real property managed by the Forest Service in Regions 6 (Oregon and Washington) and 10 (Alaska). The selected contractors will provide a range of services, including architectural and engineering designs, technical reports, and construction management, with a contract duration of five years. Interested firms must submit their qualifications, including a completed Standard Form 330, by May 21, 2025, at 4:00 PM PST, and can direct inquiries to Janet Paul at janet.paul@usda.gov.
Sources Sought for Architect-Engineer Design Services for Civil Works Projects (U.S. Army Corps of Engineers, Kansas City District)
Buyer not available
The U.S. Army Corps of Engineers (USACE), Kansas City District, is seeking qualified architect-engineer firms to provide civil works design services for various projects, including military installations and hazardous waste missions. The procurement aims to establish a Multiple-Award, Indefinite-Delivery Indefinite-Quantity (IDIQ) Task Order contract, with a total capacity limit of $95 million, to support a range of civil design services such as flood risk management, eco-restoration, and engineering support. Interested firms are encouraged to submit a capabilities package by May 7, 2025, to Contract Specialist Erick Ottoson at erick.s.ottoson@usace.army.mil, with a copy to Contracting Officer Laura Hedrick at laura.l.hedrick@usace.army.mil, as this notice serves as a market survey and is not a request for proposals.
A/E SERVICES FOR GEOTECHNICAL ENGINEERING AND RELATED SERVICES
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers (USACE) New England District, is seeking qualified architect-engineer firms to provide geotechnical engineering and related services under an Indefinite Delivery/Indefinite Quantity (IDIQ) contract. The procurement aims to secure architectural-engineering services primarily within the New England District, covering states such as Maine, New Hampshire, Vermont, Massachusetts, Connecticut, and Rhode Island. These services are crucial for various engineering projects that require specialized geotechnical expertise to ensure safety and compliance with federal standards. Interested firms should note that proposal submissions must adhere to specific guidelines outlined in recent amendments, including the requirement for SF330 forms and the exclusion of cost submittals in initial proposals. For further inquiries, potential bidders can contact Ann Adley at ann.m.adley@usace.army.mil or call 978-318-8255.