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
    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 multi-discipline architectural services for various military construction projects. The contract encompasses a base year and four optional one-year extensions, with a total contract fee of up to $249 million, emphasizing the need for firms with specialized experience in new construction projects valued at $20 million or more, particularly in sustainable design practices and small business participation. Interested firms must submit their proposals, including a Standard Form (SF-330), by June 3, 2025, and can direct inquiries to Wanda L. Okemura at wanda.okemura@navy.mil or Erik Torngren at erik.s.torngren.civ@us.navy.mil for further clarification on submission requirements.

    Files
    Title
    Posted
    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.
    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.
    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.
    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.
    The document outlines responses to questions regarding the RFP No. N62742-25-R-0003, focusing on project work breakdowns and submission criteria. It clarifies that for projects involving subcontractors, firms must specify the percentage of work and the respective responsibilities for each entity. There is also a distinction made regarding Training Facilities, confirming that Operations Training falls under Community Support as defined for educational contexts. The document corrects a mislabeling of submission criteria, stating that firms are not required to submit data for Criterion 8 and affirms that only one original and three copies of documents are needed for submission. Additionally, facsimile numbers are not required, streamlining the submission process. Overall, the main purpose of the file is to provide clarity on requirements and submission guidelines for the referenced RFP, ensuring that potential contractors understand their obligations clearly. This is critical for compliance in the competitive selection process of government engagements.
    The document addresses inquiries related to RFP N62742-25-R-0003 issued by NAVFAC Pacific, clarifying various requirements for contractor submissions. It confirms that RMA Architects, Inc. holds the incumbent contract. Companies must ensure their System of Award Management (SAM) registration is current at the time of offer submission and contract award. Projects showcasing full plans and specifications from a Design Build (DB) contractor are deemed equivalent to Design Bid Build (DBB) specifications, while non-Navy projects won’t hold the same weight as Navy projects. The document further states that demonstrating Design Concept Workshops led by a Designer-of-Record qualifies as equals to design charrettes. Additionally, it is permissible to consolidate task orders for project presentations as long as they relate to the same military construction project. NAVFAC also encourages exploring Base Development / Master planning projects throughout its Area of Responsibility (AOR) for their favorable evaluation. Lastly, questions are accepted until 15 days prior to the synopsis closing date, ensuring clarity in submission processes for interested architecture and engineering firms. This guidance aims to streamline the proposal process and attract suitable firms for Navy-related projects.
    The Naval Facilities Engineering Command, Pacific, has issued a Request for Proposal (RFP) for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract focused on multi-discipline Architect-Engineer services for various military construction projects. The contract will encompass work over one base year and four optional one-year extensions, with a total contract fee up to $249 million. Interested firms must submit a Standard Form (SF-330), as no separate package is available. Firms will be evaluated based on selection criteria including specialized experience, qualifications of key personnel, past performance, quality control measures, program management capabilities, sustainable design practices, and commitment to small business participation. Specific details regarding project submissions, including past projects and personnel qualifications, are mandated to provide a comprehensive overview of the firm’s capabilities. Additionally, proposals must showcase the firm's organizational structure and approach to ensure quality work through effective management. Overall, the RFP emphasizes qualified firms with proven experience in architectural services, particularly in constructing new base facilities, with a strong focus on sustainability and utilizing small businesses in the contracting process. Interested parties must submit their proposals by June 3, 2025, to be considered.
    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 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 MULTI-DISCIPLINE ARCHITECT-ENGINEER SERVICES FOR VARIOUS MULTI-DISCIPLINE ENGINEERING AND RELATED PROJECTS UNDER THE COGNIZANCE OF NAVAL FACILITIES ENGINEERING SYSTEMS COMMAND, HAWAII
    Dept Of Defense
    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 to provide multi-discipline architect-engineer services for various projects primarily located in Hawaii, with potential for worldwide application. The contract, which is a total small business set-aside, includes a base period of one year with four additional one-year options and a six-month extension, with a total fee not exceeding $20 million and a guaranteed minimum of $3,000. The selected firm will be responsible for a range of services including project documentation, design-build documents, engineering studies, and post-construction services, with task orders valued between $5,000 and $1.5 million. Interested firms must submit their qualifications via the SF330 form by December 30, 2025, at 2:00 PM Hawaii Standard Time, and are encouraged to contact Kelcie Kimura or Kris Nakashima-Wong 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.
    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.
    INDEFINITE DELIVERY INDEFINITE QUANTITY UNRESTRICTED MULTIPLE AWARD CONSTRUCTION CONTRACT FOR NEW CONSTRUCTION, RENOVATION, AND REPAIR OF COMMERCIAL AND INSTITUTIONAL FACILITIES USING ALTERNATIVE CONSTRUCTION METHODS (ACM) AT VARIOUS GOVERNMENT INSTALLATI
    Dept Of Defense
    The Department of Defense, through the Department of the Navy's NAVFACSYSCOM Southwest, is seeking contractors for an Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Construction Contract focused on new construction, renovation, and repair of commercial and institutional facilities using Alternative Construction Methods (ACM) across various government installations in California, Arizona, Nevada, Utah, Colorado, and New Mexico. This procurement aims to award approximately eight contracts through a two-phase design-build selection procedure, emphasizing technical approach, experience, past performance, safety, and price, with a total estimated value exceeding $2.5 billion. The contract period spans two years with an option for an additional three years, and task orders will range from $15 million to $250 million, with a minimum guarantee of $5,000 for each awardee. Interested contractors should contact Shane Mahelona at shane.k.mahelona.civ@us.navy.mil or 619-705-4631, and must monitor the SAM website for the solicitation, expected to be posted on or about July 16, 2025.
    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.
    Y--IDIQ SB MACC FOR NEW CONSTRUCTION, REPAIR, AND RENOVATION OF VARIOUS FACILITIES AT PUBLIC WORKS DEPARTMENT (PWD) ANNAPOLIS, PAX RIVER, SOUTH POTOMAC AND ROICC ANDREWS NAVFAC WASHINGTON AOR
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC) Washington, is seeking contractors for an Indefinite Delivery Indefinite Quantity (IDIQ) contract for new construction, repair, and renovation of various facilities at the Public Works Department (PWD) locations, including Annapolis, Pax River, South Potomac, and ROICC Andrews. The procurement involves providing comprehensive services such as repairs, renovations, new construction, and alterations to shore facilities and utilities, with work potentially extending to any NAVFAC location within the Continental United States. This contract is crucial for maintaining and enhancing the operational capabilities of government facilities, ensuring they meet current standards and requirements. Interested contractors can reach out to Frank G. Decker at frank.g.decker.civ@us.navy.mil or Tre'von Taylor at trevon.r.taylor2.civ@us.navy.mil for further information.
    IDIQ JOC FOR GENERAL CONSTRUCTION PROJECTS AT GOVERNMENT INSTALLATIONS WITHIN NAVAL FACILITIES ENGINEERING SYSTEMS COMMAND SOUTHWEST THE METROPOLITAN SAN DIEGO (NAVAL BASES SAN DIEGO, POINT LOMA, CORONADO AND MARINE CORPS AIR STATION (MCAS) MIRAMAR, CALIF
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command Southwest, is seeking proposals for an Indefinite Delivery Indefinite Quantity (IDIQ) Job Order Contract (JOC) for general construction projects at various government installations in the San Diego area, including Naval Bases San Diego, Point Loma, Coronado, and Marine Corps Air Station Miramar. This procurement is specifically set aside for Economically Disadvantaged Women-Owned Small Businesses (EDWOSB) and aims to award one contract based on the best value source selection process, focusing on factors such as project management capability, experience, past performance, safety, and price. The contract will have a performance period of 24 months with a potential extension of 36 months, and the estimated maximum value for all contracts combined is $49 million, with task orders ranging from $2,000 to $1 million. Interested contractors should contact Heather Race at heather.l.race.civ@us.navy.mil or (619) 705-4676, and are encouraged to register on the relevant government websites as the solicitation will be available only in electronic format around May 5, 2025.
    Multiple Award Construction Contract (MACC) - Large Scale Military Projects
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFACSYSCOM) Washington, is soliciting proposals for a Multiple Award Construction Contract (MACC) focused on large-scale military projects in Washington D.C., Maryland, and Virginia. This Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract will encompass general construction services, including design-build and design-bid-build projects, with a total contract value not to exceed $8 billion over an eight-year period. The selected contractors will be responsible for a variety of construction tasks, including new construction, renovation, and demolition of facilities supporting military operations. Interested parties must submit both price and non-price proposals by January 14, 2026, with inquiries directed to Holly Snow at holly.r.snow.civ@us.navy.mil or Molly Lawson at Molly.e.lawson.civ@us.navy.mil.
    Design-Build/Design-Bid-Build, Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC) for General Construction Services for NAVFAC Mid-Atlantic's Marine Corps Installations (MCI) East AOR
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC) Mid-Atlantic, is seeking qualified contractors for a Design-Build/Design-Bid-Build (DB/DBB) Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC) for general construction services at Marine Corps Installations (MCI) East, covering North and South Carolina. The procurement aims to award approximately five Firm Fixed Price (FFP) contracts, with a total estimated construction cost not exceeding $975 million over five years, focusing on projects ranging from $25 million to $150 million, including the initial seed project, the P-1538 SOF Armory at Camp Lejeune, NC. This initiative is critical for enhancing military infrastructure and ensuring compliance with safety and environmental regulations. Proposals are due by 2:00 PM local time on September 23, 2025, and interested parties can contact James Godwin at james.a.godwin41.civ@us.navy.mil or 757-341-1999 for further information.