Environmental Restoration Architect-Engineering IDIQ
ID: N4425525R2001Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVFACSYSCOM NORTHWESTSILVERDALE, WA, 98315-1101, USA

NAICS

Engineering Services (541330)

PSC

ARCHITECT AND ENGINEERING- GENERAL: OTHER (C219)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Mar 27, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 4, 2025, 12:00 AM UTC
  3. 3
    Due Apr 28, 2025, 7:00 PM UTC
Description

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.

Point(s) of Contact
Files
Title
Posted
Apr 4, 2025, 8:07 PM UTC
The NAVFAC/USACE Past Performance Questionnaire (Form PPQ-0) is designed for contractors to detail their performance on federal projects. It necessitates the filling of critical contract information, including contractor identity, project complexity, contract specifics like type and price, and actual completion details. Clients must provide their feedback on the contractor's performance across various dimensions such as quality, timeliness, customer satisfaction, management effectiveness, cost management, safety, and compliance. The client assigns an adjective rating ranging from Exceptional to Unsatisfactory for specific evaluative criteria. Moreover, they are encouraged to comment on strengths, weaknesses, and overall performance, contributing to a comprehensive evaluation of the contractor. The form emphasizes the importance of direct client input, ensuring that completed questionnaires are submitted alongside proposals or directly to NAVFAC. This document aims to enhance transparency and accountability in federal contracting, aiding in the selection process for future projects by evaluating past performance effectively. The holistic approach to performance assessment supports consistent quality and improved service delivery in government contracts.
Apr 4, 2025, 8:07 PM UTC
The document addresses inquiries regarding the Environmental Restoration solicitation (N44255-25-R-2001) by NAVFAC, providing clarifications on project submission requirements, personnel qualifications, and submission protocols. Key points include the requirement for bidders to submit a minimum of five and a maximum of eight projects, depending on joint venture status. It clarifies that resumes are only required for key personnel, such as the Project Manager and Designer of Record, while non-key personnel do not require resumes. Licensing requirements specify that only Project Managers and Environmental Engineers need professional licenses, while certifications are recommended for cost estimators and quality control managers. The government maintains that subcontractor projects can be counted if they show significant involvement and value. All submissions will now be posted via SAM.gov rather than PIEE, ensuring more accessible communication of information. The document aims to guide potential bidders in understanding submission requirements and evaluating personnel qualifications while ensuring compliance with federal requirements for contract bidding.
Apr 4, 2025, 8:07 PM UTC
The document is an amendment regarding an Indefinite Delivery/Indefinite Quantity (IDIQ) contract for Environmental Restoration Architect-Engineer (AE) services under the Naval Facilities Engineering Command (NAVFAC) Northwest. The contract spans 66 months and has a total fee not exceeding $45 million, primarily aimed at projects in Washington and Alaska. The procurement is set aside for small businesses, focusing on firms with expertise in environmental restoration services, compliance with federal regulations, and strong past performance. The submission is evaluated based on six criteria: specialized experience, professional qualifications, past performance, management capacity, volume of work, and quality control processes. Key personnel must hold relevant licenses and demonstrate extensive experience. Firms must submit a completed SF-330 package electronically by April 28, 2025, with strict adherence to outlined requirements to ensure consideration. This contract represents the government’s ongoing commitment to effective environmental management and rehabilitation across various military installations.
Lifecycle
Title
Type
Presolicitation
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 Command (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 utility management services worldwide. The contract, estimated at a maximum value of $80 million, includes a base period of one year with four optional one-year extensions and a guaranteed minimum of $10,000. This procurement is critical for ensuring effective management and operation of utility services at government installations, emphasizing the importance of specialized services such as utility master planning and risk assessments. Interested firms must submit their qualifications using the SF 330 form by May 27, 2025, and are encouraged to engage with small businesses as part of their proposal. For further inquiries, 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.
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.
C1DA--Engineering Services MATOC IDIQ Request for SF330s
Buyer not available
The Department of Veterans Affairs is seeking qualified engineering service providers to participate in a Multiple Award Task Order Contract (MATOC) Indefinite Delivery Indefinite Quantity (IDIQ) for projects across Alaska, Idaho, Oregon, and Washington. This procurement, specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), aims to streamline the provision of engineering services, including new construction and remodeling, with an estimated shared capacity of $65 million over a five-year term. The selected firms will be evaluated based on their professional qualifications, specialized experience, and past performance, with submissions due by April 22, 2025, at 12:00 PM Pacific Time. Interested parties should contact Wendy Duval at wendy.duval@va.gov or Helen Woods at helen.woods@va.gov for further information.
Northwest Division Powerhouse Life Safety Upgrades Phase 1
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers Walla Walla District, is seeking interested contractors for the "Northwest Division Powerhouse Life Safety Upgrades Phase 1" project. This opportunity involves a Construction Indefinite Delivery, Indefinite Quantity (IDIQ) Multiple-Award Task Order Contract (MATOC) aimed at renovating and upgrading life-safety systems at hydroelectric powerhouses across various locations in the Pacific Northwest, including Washington, Oregon, and Idaho. The total procurement value is anticipated to be $99 million, with the intent to award up to four contracts, each with a base period of three years and two optional two-year periods. Interested firms must submit their responses by 2:00 PM Pacific Daylight Time on March 31, 2025, to Chandra D. Crow at chandra.d.crow@usace.army.mil, including a capability statement and relevant project experience.
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.
J&A Increase Capacity on Contract N4008021D0010 IDIQ Multi-Media Environmental Compliance Support Fuel Storage Tanks/Spill, Air, and Waste Materials
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC) Washington, is seeking to increase the contract capacity for Multi-Media Environmental Compliance Support services, specifically focusing on Fuel Storage Tanks, Spill, Air, and Waste Materials. This opportunity involves a modification to the existing Indefinite Delivery Indefinite Quantity (IDIQ) contract, originally awarded to Bluestone-InterSpec, JV, which will raise the maximum Not-To-Exceed (NTE) capacity from $30 million to $40 million. These services are critical for ensuring compliance with environmental regulations within the NAVFAC Washington area of responsibility and U.S. territories. Interested parties can reach out to Maureen Falaschi at maureen.e.falaschi.civ@us.navy.mil for further details regarding this opportunity.
Roofing Multiple Award Construction Contract
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC) Northwest, is soliciting proposals for a Roofing Multiple Award Construction Contract (MACC) focused on roofing construction, repair, and alteration of naval facilities across several states, primarily in Washington. This Indefinite Delivery/Indefinite Quantity (IDIQ) contract is exclusively set aside for small businesses, with a NAICS code of 238160 and a small business size standard of $19 million. The work will encompass various naval facilities within the NAVFAC Northwest Area of Responsibility, which includes Washington, Oregon, Idaho, Montana, Alaska, Iowa, Minnesota, North Dakota, South Dakota, Nebraska, and Wyoming. Interested contractors can reach out to Nancy Coffee at nancy.m.coffee.civ@us.navy.mil or Jodus Hortin at jodus.d.hortin.civ@us.navy.mil for further details.
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.
Sources Sought: Natural Resources Services for NAVFAC SW
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Systems Command Southwest (NAVFAC SW), is conducting a Sources Sought announcement to identify qualified small businesses for potential contracts related to natural resources services across several western states, primarily California. The Navy seeks to gather information on businesses capable of providing a range of environmental studies and management services, including botanical and wildlife surveys, wetlands delineations, biological monitoring, and the development of natural resource management plans. This opportunity is crucial for ensuring effective management of military lands and resources, with an expected contract value of approximately $100 million over a period of up to eight years. Interested parties, particularly those classified as SBA-certified 8(a), HUBZone, Economically Disadvantaged Women-Owned, and Service-Disabled Veteran-Owned Small Businesses, must submit their responses by April 30, 2025, and can contact Kevin Magennis or Eunjew Dame for further information.