NESDIS Architectural and Engineering IDIQ
ID: REQUIREMENTS-24-1827Type: Presolicitation
Overview

Buyer

COMMERCE, DEPARTMENT OFNATIONAL OCEANIC AND ATMOSPHERIC ADMINISTRATIONDEPT OF COMMERCE NOAASILVER SPRING, MD, 20910, USA

NAICS

Architectural Services (541310)

PSC

ARCHITECT AND ENGINEERING- CONSTRUCTION: MAINTENANCE BUILDINGS (C1EB)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Commerce, through the National Oceanic and Atmospheric Administration (NOAA), is seeking qualified architect-engineer firms for an Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract to provide a range of A/E services for the National Environmental Satellite Data and Information Service (NESDIS). The contract will encompass various tasks including project management, facility programming, design services, and construction oversight across multiple NESDIS facilities primarily located in the Washington DC metro area and Fairbanks, Alaska. This initiative is crucial for enhancing the operational capabilities of NESDIS facilities, ensuring compliance with safety and environmental standards, and supporting the government's mission in environmental data and satellite operations. Interested firms must submit their qualifications electronically by May 16, 2025, with a total page limit of 80, and should contact Mark Sullivan at mark.a.sullivan@noaa.gov or Markita Simmonds at markita.simmonds@noaa.gov for further information. The estimated budget for this requirement is between $5,000,000 and $10,000,000.

    Point(s) of Contact
    Files
    Title
    Posted
    Amendment No. 01, dated April 22, 2025, addresses inquiries regarding a federal project. The document confirms that the project is categorized as a new requirement rather than an extension of an existing contract. It specifies that the estimated budget for this requirement falls between $5,000,000 and $10,000,000. The amendment highlights the initiative's scope while emphasizing the absence of an incumbent vendor providing similar services. As such, this new requirement opens opportunities for potential vendors to participate in the procurement process without concern for competition from established contracts. The clarity provided by this amendment is essential for stakeholders seeking to understand the project's status and financial parameters, facilitating informed proposals from interested parties.
    This document is Amendment 02 to the NESDIS SF-330 pre-solicitation notice for an Indefinite Delivery Indefinite Quantity (IDIQ) contract. The amendment addresses questions from potential offerors regarding submission deadlines, project requirements, and solicitation details. The key updates include the extension of the deadline for submitting Standard Form 330 (SF330) responses to May 16, 2025, to accommodate the request for a 30-day turnaround for preparation. The document clarifies that design-build projects where the offeror served as the Designer of Record are eligible for submission, alongside specific documentation requirements. Additionally, the solicitation will remain under NAICS Code 541310 – Architectural Services, as it aligns more closely with the project's scope compared to the suggested 541330 – Engineering Services. The intricacy of the submission process highlights the government's aim to invite qualified firms and ensure adequate competition in the procurement process. Overall, this document facilitates clearer communication between the government and potential contractors, emphasizing adherence to requirements and deadlines for successful participation in the solicitation.
    The NESDIS SSMC1 Building IDIQ project in Silver Spring, MD, outlined in solicitation no. REQUIREMEMTS-24-1827, has received clarification through Amendment 03. Key points include that a Geotechnical investigation is not part of this contract, and discussions on past performance projects confirm that design-completed projects are acceptable. Offerors are to comply with the original page count requirements, which remain at 80 pages, and 11x17 pages will not be counted as one page. Both prime and subconsultants can showcase relevant projects, maintaining a minimum of three and a maximum of five submissions. The request emphasized that no sample contract is available for reviewers and that blast resistance design capabilities are not required. An extension for proposal submissions is not expected despite tight deadlines. This amendment seeks to clarify requirements and streamline the submission process, reflecting the government’s intent to ensure clear communication in response to inquiries from potential contractors.
    The document outlines a federal Request for Proposal (RFP) for Architect-Engineer (A/E) services associated with the National Environmental Satellite Data and Information Service (NESDIS) under the Department of Commerce. The contract will follow the Brooks Architect-Engineer Act, allowing multiple contracts not exceeding three, with an award period of a base year and four optional years, primarily focused on projects in Washington D.C. and surrounding areas. Interested firms must submit their qualifications detailing corporate experience, professional qualifications, and past performance, particularly related to projects involving sustainability, energy efficiency, and complex facility designs. Key personnel must meet specific qualifications, demonstrating relevant experience across various engineering and architectural domains. The evaluation will weigh corporate experience, managerial capabilities, and previous project performance to determine the most qualified candidates. All submissions must adhere to the specified format and be registered with the System for Award Management (SAM.gov). The government reserves the right to award one or no contracts and may rank firms based solely on submitted materials without necessarily conducting interviews. This RFP emphasizes the importance of high standards in environmental data and infrastructure, aiming to enhance NOAA's capacity for satellite data and operational functionalities.
    The National Environmental Satellite Data and Information Service (NESDIS) is issuing a contract for Architect and Engineer (A/E) services, to be awarded under the Brooks Architect-Engineer Act. The contract will be a multiple award, Indefinite-Delivery, Indefinite-Quantity (IDIQ), with a potential performance period of five years. Services will be provided mainly in Washington DC and Fairbanks, Alaska, covering various NESDIS facilities. Offerors must submit qualifications addressing three equally weighted evaluation factors: Corporate Experience, Professional Qualifications & Management Capabilities, and Past Performance. Key personnel must demonstrate relevant experience and licenses in architecture and engineering. The selection will favor firms with diverse and complex project experience, particularly in sustainability and energy efficiency. Interested firms must submit their qualifications electronically by May 16, 2025, with a limit of 80 total pages. All submissions require registration in the System for Award Management (SAM) to be eligible for award. This RFP emphasizes the government's intent to procure high-quality A/E services to support NESDIS's mission in environmental data and satellite operations.
    The National Environmental Satellite Data and Information Services (NESDIS) is issuing an Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract for Architect and Engineer (A/E) Services to support various facilities under the U.S. Department of Commerce's NOAA. This contract encompasses a broad range of services including project management, facility programming, cost estimating, design services, and commissioning across several NESDIS locations. Contractors must adhere to stringent security requirements, including personnel vetting and compliance with site regulations. The work is structured through individual task orders, each detailing specific services required and expected deliverables. Key tasks may include site surveys, feasibility studies, design documentation, construction oversight, and commissioning of building systems to ensure proper functionality. The document outlines responsibilities for the contractor, including the necessity for documentation, maintaining project schedules and management reports, and compliance with federal regulations and codes. The overarching aim is to enhance NESDIS facilities while ensuring adherence to safety, environmental, and operational standards. This initiative highlights the government's commitment to maintaining and improving critical environmental data systems.
    Lifecycle
    Title
    Type
    Presolicitation
    Similar Opportunities
    C--Sources Sought Notice
    Interior, Department Of The
    The Department of the Interior, specifically the National Park Service (NPS), is seeking qualified architect-engineer firms to provide multi-disciplinary design services through a Sources Sought Notice. This procurement aims to gather information on interested businesses to develop an acquisition strategy for a competitive Multiple Award Indefinite Delivery Indefinite Quantity (IDIQ) contract, which will cover a five-year ordering period with a maximum value of $150 million and individual task orders not exceeding $3 million. The services will support projects located throughout the Intermountain Region and potentially nationwide, emphasizing the importance of professional licenses and compliance with federal regulations. Interested firms must respond by January 16, 2026, at 3:00 PM Mountain Time, and can contact Edwin Berry at edwinberry@contractor.nps.gov or by phone at 303-969-2288 for further information.
    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 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.
    Notice of Intent to Sole Source - Shoreline Mapping Support
    Commerce, Department Of
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), has issued a Notice of Intent to Sole Source for Shoreline Mapping Support services. This procurement involves modifications to existing contracts to increase the maximum ordering value of the National Geodetic Survey's multiple-award indefinite delivery/indefinite quantity (IDIQ) contracts for Architect-Engineer Shoreline Mapping Services. These services are crucial for the accurate mapping and management of shoreline areas, which play a significant role in environmental monitoring and coastal management efforts. Interested parties can reach out to Michael J. Williams at Michael.J.Williams@noaa.gov or (757) 441-3434, or Nicole Lawson at Nicole.Lawson@noaa.gov or (757) 441-6879 for further details.
    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.
    WFL AE Design IDIQ
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Highway Administration's Western Federal Lands Division, is seeking qualified architect-engineer firms for the WFL AE Design IDIQ contract. This opportunity involves providing multi-discipline engineering services, including project planning, preliminary engineering, and post-design support for transportation projects on federal lands across several states, including Washington, Alaska, and Oregon. The government plans to award up to five indefinite delivery, indefinite quantity contracts, with a total ceiling of $60 million and a guaranteed minimum of $10,000 per contract, two of which are set aside for small businesses. Interested firms must submit their qualifications electronically by January 15, 2026, and should direct any inquiries to Kyle M. Wood at WFL.AE@DOT.GOV or by phone at 360-619-7860.
    FY26 A-E IDIQ Arnold AFB
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is seeking qualified architect-engineer firms for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract at Arnold Engineering Development Complex (AEDC) in Tennessee. The contract will encompass a range of professional services, including engineering studies, designs, specifications, and cost estimates for maintenance, repair, and minor construction projects across various engineering disciplines such as architectural, civil, structural, mechanical, and environmental engineering. This procurement is critical for ensuring compliance with federal and Air Force building codes and standards, with an estimated maximum contract value of $30 million over a base year plus seven option years, and individual task orders ranging from $25,000 to $1 million. Interested firms are encouraged to submit a Contractor Capability Survey by January 23, 2026, to the primary contact, Noah Bean, at noah.bean.1@us.af.mil, or the secondary contact, James Laney, at james.laney.3@us.af.mil.
    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.
    Architect-Engineer Supplemental Services - North Central Regional Office
    Justice, Department Of
    The Department of Justice, specifically the Federal Bureau of Prisons, is seeking qualified architect-engineer firms to provide supplemental services for various facilities in the North Central Region, which includes states such as Colorado, Illinois, and Kansas. The procurement involves indefinite-delivery indefinite-quantity (IDIQ) contracts with a one-year base period and up to four option years, focusing on complex design efforts within secure correctional environments. Interested firms must submit their qualifications using the Standard Form 330, with a guaranteed minimum contract amount of $10,000 and an estimated maximum of $7.5 million annually. Submissions are due by January 19, 2026, and should be directed to Kevin Slone at kslone@bop.gov.