INDEFINITE DELIVERY/INDEFINITE QUANTITY CONTRACT FOR ARCHITECT-ENGINEER SERVICES FOR FACILITIES MANAGEMENT AND SUSTAINMENT SUPPORT PREDOMINANTLY IN THE NAVAL FACILITIES ENGINEERING SYSTEMS COMMAND ATLANTIC AREA OF OPERATIONS, BUT ALSO WORLDWIDE.
ID: N62470-24-R-0055Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVFACSYSCOM ATLANTICNORFOLK, VA, 23508-1278, USA

NAICS

Engineering Services (541330)

PSC

ARCHITECT AND ENGINEERING- GENERAL: OTHER (C219)
Timeline
    Description

    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 facilities management and sustainment support. The contract, estimated at $90 million over a five-year period, will involve key tasks such as facility assessments, engineering studies, and maintenance planning to support the Navy’s Sustainment, Restoration, and Modernization (SRM) Program. This procurement is crucial for enhancing infrastructure management capabilities within the NAVFAC Atlantic area and beyond, promoting competition among firms while ensuring compliance with small business subcontracting goals. Interested parties must submit their responses electronically by March 27, 2025, and can direct inquiries to Star Hanchey at star.m.hanchey.civ@us.navy.mil or Edward Flint at edward.d.flint.civ@us.navy.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The NAVFAC/USACE Past Performance Questionnaire (PPQ-0) is designed to gather feedback from clients on a contractor's performance for federal projects. The questionnaire requires contractors to detail their contract information, including roles (Prime, Subcontractor, Joint Venture), project complexities, and relevant experiences. Clients complete sections about their roles, overall satisfaction, and performance ratings across various categories like quality, schedule compliance, customer satisfaction, management effectiveness, cost management, safety, and general performance outlook. The document outlines a structured evaluation system using adjective ratings from Exceptional (E) to Unsatisfactory (U), to assess the contractor’s adherence to contractual requirements. Clients must provide specific ratings and may include comments or remarks to clarify their evaluations. The collected information is used to evaluate contractor performance for future bids and proposals in government RFPs, grants, and contracts. Overall, the PPQ-0 serves as a critical tool for maintaining quality and accountability in government procurement processes.
    The Small Business Subcontracting Plan (RFP N62470-24-R-0055) outlines subcontracting requirements for large businesses, emphasizing compliance with Federal Acquisition Regulations (FAR) and establishing explicit goals for subcontracting to various small business categories. It details required components including the total contract value, planned subcontract expenditures, and specific monetary and percentage goals for large businesses, small businesses (SB), women-owned small businesses (WOSB), veteran-owned small businesses (VOSB), service-disabled veteran-owned small businesses (SDVOSB), and others. The document includes sections on the methodologies used to set these goals, potential sources for subcontracting, and responsibilities for managing the subcontracting program. Additionally, it mandates regular reporting and record-keeping to ensure adherence to the plan and compliance with federal requirements. The document stresses the importance of providing the small business community equitable opportunities to compete for subcontracts, promoting outreach efforts, and maintaining compliance with applicable laws. Overall, the plan serves to foster small business involvement in federal contracting, aiding in economic development and diversification of federal supply chains.
    The document outlines a solicitation for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract for Architect-Engineer (AE) services primarily focused on facilities management and sustainment support for the Naval Facilities Engineering Systems Command (NAVFAC) Atlantic. The contract, estimated at $90 million over a five-year period, invites submissions through a standard form (SF 330) without a separate RFP. Key tasks include facility assessments, engineering studies, and maintenance planning to support the Navy’s Sustainment, Restoration, and Modernization (SRM) Program. Evaluation of firms will be based on specialized experience, qualifications, past performance, and commitment to utilizing small businesses. Submissions must address specific criteria, including specialized services in facility management, quality control programs, and a commitment to small business partnerships. The contract aims to ensure that the most qualified firms are selected to enhance infrastructure management capabilities throughout the NAVFAC Atlantic area and beyond, fostering competition among various firms. Interested parties must submit their responses electronically by March 27, 2025, ensuring compliance with unique documentation and registration requirements.
    Similar Opportunities
    INDEFINITE DELIVERY/INDEFINITE QUANTITY (IDIQ) CONTRACT FOR HISTORICAL SENSITIVE PROJECTS ARCHITECT AND ENGINEER (A&E) SERVICES IN SUPPORT OF PROJECTS PRIMARILY AT NAVFAC MIDLANT, NORTH AREA OF RESPONSIBILITY (AOR)
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC), is soliciting proposals for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract to provide Architect and Engineer (A&E) services for Historically Sensitive Projects primarily within the North Area of Responsibility (AOR). This contract, valued at a maximum of $60 million over five years, aims to support military facilities in the Mid-Atlantic region, including significant installations like the Portsmouth Naval Shipyard and the Philadelphia Navy Yard. Interested firms must demonstrate specialized experience in historic building renovations, facility planning, and environmental assessments, with submissions due by February 14, 2025. For further inquiries, potential bidders can contact Erik Cole at erik.w.cole2.civ@us.navy.mil or John Bishop at john.p.bishop23.civ@us.navy.mil.
    Professional Services to support the Navy's Public Works Directorate work within the Naval Facilities Engineering Systems Command's (NAVFAC) Atlantic and Pacific (CONUS and OCONUS, WORLDWIDE) Area of Operations
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC), is seeking proposals for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract to provide professional services supporting the Navy's Public Works Directorate across its Atlantic and Pacific areas of operations. The contract aims to enhance utility management, energy conservation, and operational efficiency at Navy installations worldwide, requiring contractors to demonstrate substantial expertise in managing electric, civil, and mechanical utility systems. With an estimated maximum value of $90 million, the contract includes a base period of 12 months and four optional 12-month extensions, with proposals due by February 24, 2025. Interested parties can contact Jamie Oyelowo at jamie.l.oyelowo.civ@us.navy.mil or Weston Polen at weston.c.polen.civ@us.navy.mil for further details.
    AE IDIQ Design and Engineering Services for Waterfront -Small Projects - HR AOR
    Buyer not available
    The Department of Defense, through the NAVFACSYSCOM Mid-Atlantic office, is seeking qualified small businesses to provide architect-engineer design and engineering services for small waterfront projects in the Hampton Roads Area of Responsibility (HR AOR). This Indefinite Delivery Indefinite Quantity (IDIQ) contract, valued at up to $95 million over a five-year period, will encompass planning, design, and construction services related to military waterfront facilities and utility systems. The procurement emphasizes the importance of specialized experience, qualifications, and past performance, ensuring that selected firms adhere to federal standards and safety regulations. Interested contractors must submit their proposals electronically by April 14, 2025, and can direct inquiries to Demetrice Jenkins at demetrice.jenkins2.civ@us.navy.mil or Amanda Bricker at amanda.bricker@navy.mil for further information.
    Facility Maintenance Management and Services
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Systems Command Southwest (NAVFAC SW), is seeking market capabilities for Facility Maintenance Management and Services. The anticipated procurement involves an Indefinite Delivery Indefinite Quantity Contract valued at approximately $250 million over a potential 90-month period, which includes one base year and six option years, covering a range of operational areas such as Command and Staff, Public Safety, Air Operations, Port Operations, Supply, and Facilities Support. This Sources Sought Notice is intended for preliminary market research to inform future solicitations, and interested firms are encouraged to complete a Market Research Questionnaire by February 25, 2025. For further inquiries, interested parties may contact Maureen Pierre-DeMarco at maureen.pierre-demarco.civ@us.navy.mil or Christopher Jennen at christopher.j.jennen.civ@us.navy.mil.
    A&E IDIQ Contracts for Naval Architecture and Marine Engineering Support
    Buyer not available
    The National Oceanic and Atmospheric Administration (NOAA) is seeking qualified small business firms to provide Architect-Engineer (A-E) support in naval architecture and marine engineering through an Indefinite Delivery/Indefinite Quantity (IDIQ) contract. The selected contractors will assist with various tasks related to NOAA's fleet, including feasibility studies, detailed designs, systems analyses, and fleet support studies for research and survey vessels. This procurement is crucial for enhancing NOAA's operational capabilities and ensuring compliance with safety and quality standards in marine operations. Interested firms must submit their qualifications using GSA Standard Form 330 by March 6, 2025, with a total contract value of up to $2.95 million over a 60-month period. For further inquiries, contact Andre Frantz at Andre.Frantz@noaa.gov or 757-317-0686.
    N4008425R0060 / INDEFINITE-DELIVERY INDEFINITE-QUANTITY ARCHITECT-ENGINEER SERVICES FOR MECHANICAL ENGINEERING, DESIGN, SPECIFICATION WRITING, COST ESTIMATING, AND RELATED SERVICES WITHIN JAPAN
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC) Far East, is seeking qualified architect-engineer firms to provide Indefinite Delivery Indefinite Quantity (IDIQ) services for mechanical engineering projects in Japan. The contract, valued at up to $49 million over five years, will encompass a range of services including design and specification writing, cost estimating, and post-construction award services for various projects, all in compliance with U.S. and Japanese laws. Interested firms must demonstrate specialized experience in areas such as HVAC systems and fire protection, and submit their qualifications via the Standard Form SF 330 by the specified deadlines. For inquiries, firms can contact Luz Baron at luz.m.baron.civ@us.navy.mil or Kyong Yu at kyong.h.yu2.civ@us.navy.mil.
    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 establish multiple Indefinite Delivery/Indefinite Quantity (IDIQ) contracts aimed at supporting various projects within the North Atlantic Division. The procurement anticipates awarding up to twelve contracts, with a target of six reserved for small businesses, to provide comprehensive A/E services, including design, planning, environmental documentation, and construction support, with a total contract capacity not exceeding $500 million. These services are crucial for the sustainment, restoration, and maintenance of military and civil works projects, ensuring compliance with federal regulations and standards. Interested firms should contact Erica Stiner or Leigha Arnold for further details, with the solicitation expected to be issued in the second quarter of FY25.
    INDEFINITE DELIVERY/INDEFINITE QUANTITY CONTRACT FOR ARCHITECT-ENGINEER SERVICES FOR VARIOUS UTILITY SYSTEMS STUDIES AT VARIOUS LOCATIONS IN ALL AREAS UNDER THE COGNIZANCE OF NAVFAC PACIFIC
    Buyer not available
    The Department of Defense, through NAVFAC Pacific, is seeking qualified architect-engineer firms to provide indefinite delivery/indefinite quantity (IDIQ) services for various utility systems studies at multiple locations under its jurisdiction. The procurement aims to secure engineering services that will support the assessment and improvement of utility systems, which are critical for maintaining operational readiness and efficiency at military installations. Interested firms must submit their qualifications using the SF330 form by March 15, 2025, at 12:00 PM Hawaii Standard Time, as this opportunity is set aside for small businesses under the SBA guidelines. For further inquiries, potential bidders can contact Mitchell Yoshimura at mitchell.s.yoshimura@navy.mil or Erik Torngren at erik.torngren@navy.mil.
    Design Build Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC)
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers New England District, is seeking qualified small businesses for a Design Build Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) valued at up to $90 million. This contract will encompass design and construction services for various projects, including new construction, rehabilitation, and maintenance of both vertical and horizontal structures across the North Atlantic Division Area of Responsibility. Task orders are expected to range from $3 million to $10 million, with a contract ordering period of five years. Interested parties should note that this is a presolicitation notice, and the Request for Proposal (RFP) will be available in early February 2025; inquiries can be directed to Ann Murphy Adley at ann.m.adley@usace.army.mil or by phone at 978-318-8255.
    P1360 JOINT MARITIME FACILITY, NEWFOUNDLAND, CANADA
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC) Atlantic, is seeking information from potential contractors for the construction of a Joint Maritime Facility in Argentia, Newfoundland, Canada. This Request for Information (RFI) aims to identify industry sources capable of addressing various construction challenges, including base access, local healthcare availability, supply chain logistics, and harsh weather conditions, with an anticipated construction cost estimated between $25 million and $100 million. The insights gathered will inform future contracting opportunities, as the government emphasizes that this RFI is for market research purposes only and does not constitute a commitment to award a contract. Interested parties must submit their responses, not exceeding five pages, by February 18, 2025, to the designated contacts, Elizabeth Roberts and Kathleen Delashmitt, whose emails are provided in the opportunity overview.