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 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 small business participation through a detailed subcontracting plan. Interested parties must submit their qualifications 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 document is an amendment (0001) to the federal solicitation N62470-24-R-0055, addressing pre-proposal inquiries related to submission requirements for contractors seeking to provide services to NAVFAC. Key points include the acceptance of 'Interim' CPARS ratings for past project performance instead of only 'Final' ratings and clarification that CPARS do not count towards the page limit of the SF330 form. Respondents are advised to attach CPARS evaluations as an appendix rather than including them in the main document. Several modifications to the Small Business Sub-Contracting Plan (SBSP) requirements are also addressed, allowing edits to ensure compliance with the Federal Acquisition Regulation (FAR) criteria regarding subcontracting opportunities and record-keeping for small business outreach efforts. These adjustments reflect a focus on supporting small businesses and aligning with federal guidelines. The amendment thus clarifies procedural requirements and promotes transparency in contracting opportunities with the federal government.
    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
    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.
    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 a series of Multi-Disciplined Architect/Engineer (A/E) Indefinite Delivery/Indefinite Quantity (IDIQ) contracts. The objective is to support various projects within the North Atlantic Division (NAD), with a focus on Sustainment, Restoration, and Maintenance (SRM), as well as other civil works and military construction projects. The total contract capacity is anticipated to reach $500 million, with a target of six awards reserved for small businesses, and the contracts will be valid for five years from the date of award. Interested firms should contact Erica Stiner or Leigha Arnold via email for further details, as the solicitation synopsis is expected to be issued in the second quarter of FY25.
    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 objective of this procurement is to enhance NOAA's capabilities in managing its fleet of research and survey vessels, which includes conducting feasibility studies, detailed designs, systems analyses, and fleet support studies. This contract, valued at a maximum of $2.95 million over a 60-month period, emphasizes the importance of specialized experience and professional qualifications in the evaluation process. Interested firms must submit their qualifications using GSA Standard Form 330 by March 24, 2025, and can direct inquiries to Andre Frantz at Andre.Frantz@noaa.gov or Andrew Northcutt at andrew.northcutt@noaa.gov.
    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 for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract focused on various utility systems studies at locations under its jurisdiction. The contract aims to provide engineering services that include conducting utility system studies, with an emphasis on technical proficiency and comprehensive qualifications beyond mere possession of relevant software tools. This opportunity is particularly significant as it supports the maintenance and enhancement of critical utility systems, ensuring operational efficiency and safety. Interested small businesses must submit their qualifications via the SF330 form by March 15, 2025, at 12:00 PM Hawaii Standard Time, and can direct inquiries to Mitchell Yoshimura at mitchell.s.yoshimura@navy.mil or Erik Torngren at erik.torngren@navy.mil.
    SOURCES SOUGHT FOR IDIQ MACC FOR NEW CONSTRUCTION, REPAIR, AND RENOVATION OF VARIOUS WATERFRONT FACILITIES PROJECTS AT VARIOUS GOVERNMENT INSTALLATIONS LOCATED IN CA, AZ, NV, UT, CO, AND NM
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Systems Command Southwest (NAVFAC SW), is seeking qualified small businesses for an Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC) focused on the new construction, repair, and renovation of waterfront facilities at various government installations primarily located in California, Arizona, Nevada, Utah, Colorado, and New Mexico. Interested contractors must demonstrate relevant experience in self-performing major construction work within the last seven years, particularly in projects involving piers, wharves, and bulkheads, utilizing design-build methodologies. The total estimated contract value is $750 million over a five-year period, with responses due by April 15, 2025. Interested parties should contact Shaun Schnurbusch at shaun.m.schnurbusch.civ@us.navy.mil for further information and to submit their qualifications.
    ARCHITECTURAL-ENGINEERING (A-E) SERVICES FOR GEOTECHNICAL ENGINEERING AND RELATED SERVICES FOR VARIOUS LOCATIONS WITHIN THE U.S. ARMY CORPS OF ENGINEERS (USACE) NORTH ATLANTIC DIVISION BOUNDARIES (BUT PRIMARILY IN THE NEW ENGLAND DISTRICT (NAE))
    Buyer not available
    The U.S. Army Corps of Engineers (USACE) is seeking qualified architect-engineering firms to provide geotechnical engineering services under an Indefinite Delivery/Indefinite Quantity (IDIQ) contract, primarily within the New England District, which includes Maine, New Hampshire, Vermont, Massachusetts, Connecticut, and Rhode Island. The contract, valued at up to $10 million over five years, will encompass subsurface exploration, geophysical surveys, geotechnical analyses, and construction oversight, with firms required to demonstrate their ability to manage multiple concurrent task orders and execute approximately $2 million per year. This procurement is crucial for ensuring quality and efficiency in infrastructure projects, emphasizing the importance of local expertise and past performance in the selection process. Interested firms must submit their proposals, including Parts I and II of the SF 330, by April 30, 2025, and can direct inquiries to Ann Murphy Adley at ann.m.adley@usace.army.mil or by phone at 978-318-8255.
    Facility Investment Services for NAVSTA Newport Complex Area, facilities, and installed equipment and systems at Naval Station Newport, Newport Rhode Island.
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for Facility Investment Services at the Naval Station Newport complex in Rhode Island. The procurement aims to secure comprehensive facility support services, including the management and enhancement of facilities, installed equipment, and systems, with a strong emphasis on compliance with federal regulations and safety standards. This contract is a total small business set-aside, structured as a firm-fixed-price agreement with a base year and four option years, highlighting the government's commitment to engaging small businesses in federal contracting opportunities. Proposals are due by October 24, 2024, at 2:00 PM local time, and interested parties can reach out to Brittany Swan at brittany.t.swan.civ@us.navy.mil or Melinda Robinson at melinda.l.robinson@navy.mil for further inquiries.
    P&P AE GEN III MATOC Capacity Increase
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers Engineering and Support Center in Huntsville, is seeking to increase the capacity of its Planning and Programming (P&P) Branch's Indefinite Delivery Contracts (IDCs) for Architectural and Engineering Services. The objective is to raise the shared contract capacity from $160 million to $258 million to support ongoing operations, with a focus on providing technical support for facility management and planning for the Department of Defense and other government entities. This procurement is critical for ensuring continued support in areas such as master planning, engineering analyses, and environmental documentation, although it excludes full design and construction services. Interested parties must submit their qualifications and capabilities via email to Coronica L. Maehew by 4 p.m. Central Time on March 24, 2025, as this notice is not a request for competitive proposals.
    NAVIFOR N4 Directorate Program’s Support Services
    Buyer not available
    The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Norfolk, is seeking proposals for the NAVIFOR N4 Directorate Program’s Support Services, which will be awarded as a firm-fixed price indefinite-delivery, indefinite-quantity (FFP IDIQ) contract. This procurement aims to support various Navy Information Warfare capabilities, including Collaboration at Sea (CAS) and the Combined Enterprise Regional Information Exchange System-Maritime (CENTRIXS-M), ensuring seamless integration and compliance with security standards. The anticipated contract will span five years, with a potential extension of six months, and is set to be solicited as a 100% small business set-aside, with the solicitation expected to be available around March 19, 2025. Interested parties should direct inquiries to Amy Barnes at amy.m.barnes14.civ@us.navy.mil or Jacob Gephart at jacob.n.gephart.civ@us.navy.mil.
    Provide Engineering & Technical Support for the Naval Surface Warfare Center Philadelphia Division (NSWCPD) Code 434 Habitability Program
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Philadelphia Division (NSWCPD), is seeking small businesses to provide engineering and technical support for the Habitability Program. The procurement involves design, installation, modernization, and repair services for various habitability systems and facilities on military vessels and small crafts, which are critical for ensuring the comfort and functionality of living and working spaces aboard these vessels. The anticipated contract will span five years, with a total of approximately 1.76 million hours of technical support required, and is set to begin on September 13, 2026. Interested small businesses must submit capability statements by 12:00 PM EST on March 27, 2025, to Marissa Woody at marissa.l.woody.civ@us.navy.mil.