Indefinite Delivery/Indefinite Quantity (IDIQ) Contract for Multi-Discipline Architect-Engineer (AE) Services Primarily Located in the Marine Corps AOR
ID: N4008525R2591Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVFACSYSCOM MID-ATLANTICNORFOLK, VA, 23511-0395, USA

NAICS

Engineering Services (541330)
Timeline
    Description

    The Department of Defense, through the Naval Facilities Engineering Systems Command Mid-Atlantic, is seeking qualified small business firms for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract to provide Multi-Discipline Architect-Engineer (A-E) services primarily within the Marine Corps Area of Responsibility. The contract encompasses a wide range of services including construction, repair, replacement, demolition, alteration, and maintenance projects, with a focus on planning, design, and construction support across various engineering disciplines such as architectural, structural, mechanical, and civil engineering. The total contract value is capped at $249 million over a five-year period, with interested firms required to submit capability statements by January 31, 2025, detailing relevant experience and compliance with subcontracting limitations. For further inquiries, potential respondents can contact James Godwin at james.a.godwin41.civ@us.navy.mil or by phone at 757-341-1999.

    Point(s) of Contact
    Files
    Title
    Posted
    The Naval Facilities Engineering Systems Command, Mid-Atlantic, issued a Sources Sought Notice (N40085-25-R-2591) for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract for Multi-Discipline Architect-Engineer (A-E) services. This notice is for market research only and does not constitute a request for proposals. The government seeks eligible small businesses for construction, repair, replacement, demolition, alteration, improvements, and maintenance projects, primarily within the Marine Corps Area of Responsibility. Services include planning, design (Design-Build and Design-Bid-Build), and construction support, encompassing various disciplines such as architectural, structural, mechanical, and civil engineering. Projects involve new construction and renovations, often requiring hazardous material assessments. The five-year contract has a maximum value of $249,000,000. Interested small businesses must submit capability statements by January 31, 2025, detailing relevant experience (minimum three projects with construction costs of $10M+, one at $50M+), workload capacity, and compliance with subcontracting limitations. Subcontractor experience will not be considered.
    The Naval Facilities Engineering Systems Command, Mid-Atlantic is issuing a Sources Sought Notice for eligible small businesses to provide Indefinite Delivery/Indefinite Quantity (IDIQ) Multi-Discipline Architect and Engineering (AE) services for projects at various Marine Corps facilities. These services include planning, design, and construction support for military and governmental projects, covering new construction, renovations, and maintenance. The expected contract is valued up to $249 million over five years, with responses due by January 31, 2025. Firms must submit a capabilities statement detailing relevant experience, specifically projects of similar scope and complexity, focusing on attributes such as size and design specialization. Compliance with government regulations, particularly regarding subcontracting limitations, is emphasized. This notice serves as market research to assess the availability of small business sources and is not a solicitation for proposals. The anticipated contract award is targeted for September 2025, contingent on industry response. Overall, the notice aims to gather information for a potential competitive procurement process for vital engineering services in support of military infrastructure.
    The Naval Facilities Engineering Systems Command, Mid-Atlantic, issued a Sources Sought Notice for Indefinite Delivery/Indefinite Quantity (IDIQ) Multi-Discipline Architect-Engineering (AE) services to support military construction projects across various Marine Corps facilities. This notice seeks small business firms capable of providing comprehensive planning, design, and construction services, including site evaluations, design documentation for new and existing structures, and environmental assessments. Eligible firms must demonstrate relevant experience with similar projects, including capabilities in areas such as architectural, civil, and mechanical engineering. The contract's total fee is capped at $249 million over a five-year period, with a focus on small businesses, including 8(a) and Veteran-Owned firms. In anticipation of contract award by September 2025, the government requires interested parties to submit a capabilities statement, outlining their experience on comparable projects. The notice emphasizes that it is only a market research tool, not a solicitation for proposals, as the government assesses prospective contractor capabilities before determining the appropriate acquisition strategy.
    The "SOURCES SOUGHT – CONTRACTOR INFORMATION FORM" is a standardized document for contractors to submit essential company details for government RFPs, grants, or similar solicitations. It requires information such as UEI, CAGE Code, firm name, address, and point of contact. Contractors must also indicate their business type, selecting all applicable categories like SBA certified 8(a), HUBZone, Service-Disabled Veteran-Owned, Veteran Owned, Woman Owned, Economically Disadvantaged Women-Owned, or Small Business. Additionally, the form requests bonding capacity, including the surety name, maximum capacity per project, and aggregate maximum capacity. A dedicated section allows for clarification of any provided information, emphasizing that the form's content should not be altered. This form streamlines the initial information gathering process for government entities, ensuring consistent data collection from potential contractors.
    The "Sources Sought – Contractor Information Form" is designed for contractors to provide their essential details in response to federal and state RFPs. The form requires contractors to furnish information including their Unique Entity Identifier (UEI), CAGE Code, firm name, and contact information. Additionally, contractors are asked to identify their business type by checking applicable boxes, including classifications such as SBA certified 8(a), HUBZone Small Business, Service-Disabled Veteran-Owned, and various other small business categories. Contractors must also indicate their bonding capacity by providing the surety name and maximum bonding limits for projects. A designated space is included for any additional clarifications. The form explicitly requests that its content remain unchanged to ensure consistency in acquired information. This document serves as a critical tool in streamlining the collection of contractor data, essential for assessing bids and qualifications in government contracting processes.
    The "SOURCES SOUGHT – PROJECT INFORMATION FORM" is designed for contractors to submit up to five projects demonstrating relevant experience for government solicitations. Each project submission, limited to two pages, requires detailed information including contractor name, project number, contract number, title, location, award and completion dates, and final contract price. It also asks for the percentage of project completion and whether the contractor was the prime or a subcontractor. The form categorizes work type (New Construction, Repair, Renovation) and contract type (Design-Build, Design-Bid-Build, or Other), requesting specifics for Design-Build projects. Crucially, it asks for a detailed project description and the percentage and description of work self-performed by the firm. This form is a critical tool for government agencies to assess a contractor's capabilities and experience in response to RFPs, grants, and other solicitations, ensuring they can identify qualified candidates for various federal, state, and local projects.
    The Sources Sought – Project Information Form serves as a tool for contractors to submit relevant project experiences in response to federal RFPs. Each submission allows contractors to detail up to five projects, focusing on criteria such as contractor name, project number, contract details, award date, final contract price, completion status, and type of work performed. Additionally, it captures the customer or owner's information and their contact details for project-related inquiries. The form offers options for contractors to specify their role as either a prime or subcontractor and includes a section for describing the type of contract used. It emphasizes the importance of self-performance by requiring contractors to state the percentage of work they completed independently and to provide a thorough description of the project. The structured format aims to gather comprehensive and comparable project data vital for evaluating contractor qualifications in connection with government contracts and grants.
    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.
    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.
    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.
    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.
    Civil Works Multi-Discipline Architect/Engineer (A/E) Multiple Award Task Order Contract (MATOC)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army through the W2SD Endist Baltimore office, is seeking qualified architect-engineer firms for a Civil Works Multi-Discipline Architect/Engineer (A/E) Multiple Award Task Order Contract (MATOC). This procurement is focused on engineering services, excluding projects for vertical construction facilities, and is set aside for small businesses under the SBA guidelines. The anticipated solicitation issuance date is December 20, 2025, with additional time allocated for proposal submissions due to the holiday season. Interested firms can reach out to Evan Cyran at evan.m.cyran@usace.army.mil or 410-962-6037, or Sherry Rhoden at sherry.s.rhoden@usace.army.mil or 443-890-3871 for further information.
    Engineering Services for Specialized Antennas, Towers, Hangars, and Communication Facilities, Worldwide
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering and Expeditionary Warfare Center (NAVFAC EXWC), is seeking qualified architect-engineer firms to provide engineering services for specialized antennas, towers, hangars, and communication facilities worldwide. This procurement involves an Indefinite Delivery/Indefinite Quantity (IDIQ) contract aimed at supporting various specialized Department of Defense facility projects, emphasizing the critical nature of these services for military operations. Interested small businesses are encouraged to participate, as this opportunity is set aside for total small business participation under FAR 19.5. For further details, including solicitation documents, interested parties should contact Jonathan Demorest at jonathan.p.demorest.civ@us.navy.mil or Anthony Gonzales at anthony.j.gonzales104.civ@us.navy.mil, with the solicitation available through the PIEE Solicitation Module on SAM.gov.
    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.
    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.
    A-E Civil Planning and Design Services - Multiple-Award Task Order Contract - Unrestricted with Small Business Reserve (Kansas City District)
    Dept Of Defense
    The U.S. Army Corps of Engineers, Kansas City District, is soliciting qualified architect-engineer firms for a Multiple Award Task Order Contract (MATOC) focused on civil planning and design services. This unrestricted contract, which includes a small business reserve, aims to provide essential A-E services for various projects, including flood risk management, water supply, environmental infrastructure, and ecosystem restoration, across the Northwestern Division Area of Responsibility. The total contract capacity is $95 million, with seven awards anticipated, four of which are designated for small businesses. Interested firms must submit their qualifications via the PIEE Solicitation Module by January 15, 2026, and should ensure they are registered in SAM.gov and compliant with relevant regulations. For further inquiries, contact Erick Ottoson at erick.s.ottoson@usace.army.mil or Laura Hedrick at laura.l.hedrick@usace.army.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.