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 15, 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 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.

Point(s) of Contact
Files
Title
Posted
Apr 15, 2025, 10:05 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 15, 2025, 10:05 PM UTC
The PIEE Solicitation Vendor Access Instructions provide a detailed guide for vendors to utilize the Solicitation Module within the Procurement Integrated Enterprise Environment (PIEE). Vendors must first register with the System for Award Management (SAM) and designate an Electronic Business Point of Contact (EB POC) to gain access. Key steps include ensuring the CAGE Code is included in the PIEE Vendor Group Structure, establishing an Organizational email address, and designating a Contractor Administrator (CAM). All users associated with the CAGE Code must self-register on the PIEE website after the CAM's account is activated. Additionally, vendors must complete web-based training to effectively use the Solicitation Module for proposal submissions. The instructions emphasize the importance of adhering to submission deadlines and ensuring files are in the correct format. The overarching aim is to streamline the proposal submission process for government solicitations, highlighting the need for careful compliance with outlined procedures and responsibilities to ensure successful access and participation in government contracts.
Apr 15, 2025, 10:05 PM UTC
The document pertains to the Environmental Restoration project (RFP N44255‐25‐R‐2001) issued by NAVFAC, addressing various inquiries from potential proposers regarding evaluation criteria and submission requirements. Key topics include the weight given to completed projects by team subcontractors in the evaluation process, the inclusion of subcontractor projects in the proposal evaluations, and confirmation that ongoing and completed projects are acceptable on resumes for key personnel. It clarifies that only completed projects should be listed for evaluation, and emphasizes that only key personnel's resumes will be considered, though submissions for backup key resources may be allowed. The document also updates submission protocols, directing proposers to use the PIEE module for SF330 submissions rather than email or alternative methods. This guidance is aimed at ensuring clarity in proposal submissions aligned with the criteria outlined in the RFP. The overall purpose is to foster organized and thorough proposal development for projects under the RFP framework, facilitating the selection of qualified contractors for environmental restoration efforts.
Apr 15, 2025, 10:05 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 15, 2025, 10:05 PM UTC
The document outlines the qualifications and procedural requirements for architect-engineer (A-E) firms seeking federal contracts through the Standard Form 330 (SF 330). It emphasizes the selection process as mandated by U.S. law, which necessitates identifying at least three highly qualified firms based on specific criteria. The form consists of two parts: Part I focuses on contract-specific qualifications, requiring details about the firm’s relevant experience, team members, and key personnel, while Part II encompasses the general qualifications of the firm or its branches. Specific sections require contractors to provide contact information, organizational charts, resumes, and examples of past projects to demonstrate competence in relevant fields. The purpose is to ensure agencies can evaluate A-E firms’ professional qualifications effectively before contract negotiation. Overall, adherence to agency-specific instructions and clarity in submissions are encouraged to facilitate the selection process.
Apr 15, 2025, 10:05 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.
Apr 15, 2025, 10:05 PM UTC
The document outlines a procurement for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract for Environmental Restoration Architect-Engineer services under the Naval Facilities Engineering Command (NAVFAC) Northwest. The contract focuses on environmental projects across Washington, Alaska, Oregon, Idaho, Montana, and Wyoming. The IDIQ contract spans a base period of 24 months with options extending to a maximum duration of 66 months, valuing up to $45 million, reserved for small businesses under NAICS Code 541330. Firms must demonstrate specialized experience and professional qualifications in environmental restoration services, comply with relevant environmental legislation, and provide comprehensive project management. Selection criteria prioritize specialized experience and qualifications, along with past performance and management capabilities. Firms must submit a completed SF-330 form encapsulating their qualifications, including relevant project experience and key personnel resumes. The submission must meet specific requirements regarding project histories and qualifications to advance in the evaluation process. The submission deadline is set for April 28, 2025, emphasizing the necessity for SAM registration and compliance with quality control standards. This procurement demonstrates the government's commitment to environmental restoration while engaging small businesses in the process.
Lifecycle
Title
Type
Presolicitation
Similar Opportunities
NAVFAC NORTHWEST LONG TERM MONITORING, OPERATIONS AND MAINTENANCE ENVIRONMENTAL REMEDIATION SERVICES
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC) Northwest, is seeking proposals from qualified small businesses for a Firm Fixed-Price Indefinite Delivery Indefinite Quantity (IDIQ) contract to provide Long Term Monitoring, Operations, and Maintenance Environmental Remediation Services. The contract will encompass a range of environmental services, including remediation, compliance, technical consultation, and site maintenance across the NAVFAC Northwest area of responsibility, which includes multiple states with a primary focus on Washington. This procurement is a total small business set-aside, and interested parties must register on the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module to access the solicitation and submit proposals, with no hard copies provided. For further inquiries, potential offerors can contact Tatiana Tubberville or Bryanna Monfort via their respective emails.
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
Buyer not available
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.
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.
Environmental Services IDIQ
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers Wilmington District, is seeking qualified contractors for an Indefinite Delivery Indefinite Quantity (IDIQ) contract for Environmental Services. The procurement aims to provide a comprehensive range of environmental consulting services, including compliance with federal environmental regulations, restoration, conservation, and pollution prevention, primarily in North Carolina and Virginia, with potential work extending to other southeastern states. This contract, which includes a base year and four option years, is crucial for ensuring environmental compliance and management for various projects undertaken by the Corps and its customers. Interested firms must respond by May 2, 2025, with their qualifications and capabilities to the designated contacts, Diana Curl and Rosalind M. Shoemaker, via email, and must be registered in the System for Award Management (SAM) to be eligible for award.
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.
Northwestern Division Regional $245 million Pre-placed Remedial Action Contract Indefinite Delivery / Indefinite Quantity Multiple Award Task Order Contract
Buyer not available
The Department of Defense, through the Department of the Army's W071 Endist Seattle office, is announcing a presolicitation for a $245 million Pre-placed Remedial Action Contract, which will be structured as an Indefinite Delivery/Indefinite Quantity Multiple Award Task Order Contract. This procurement aims to secure remediation services under the NAICS code 562910, focusing on environmental systems protection and environmental remediation. The contract is particularly significant for addressing environmental concerns and ensuring compliance with federal regulations. Interested parties, especially those eligible under the 8(a) set-aside program, are encouraged to reach out to Shawna West at shawna.m.west2@usace.army.mil or Curt Stepp at curt.stepp@usace.army.mil for further details, as outlined in the attached pre-solicitation notice.
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.
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.
Army PFAS Response and Sampling Tool, Seattle District (NWS), U.S. Army Corps of Engineers (USACE)
Buyer not available
The U.S. Army Corps of Engineers (USACE) is seeking information from qualified firms regarding their capabilities to provide remediation services related to Per- and Polyfluoroalkyl Substances (PFAS) in the Seattle District. The anticipated procurement will involve an Indefinite Delivery Indefinite Quantity (IDIQ) contract, with a total capacity of $85 million over a five-year period, focusing on off-post PFAS response actions, including sampling and clean drinking water solutions at multiple Army installations. This opportunity is crucial for addressing environmental concerns and ensuring public health safety in relation to PFAS contamination. Interested firms must submit their responses by 2:00 PM Pacific Daylight Time on May 5, 2025, to Russ Armstrong at russell.j.armstrong@usace.army.mil, and are encouraged to demonstrate relevant experience and capabilities in their submissions.
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.