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
ID: N6247826R5051Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVFACSYSCOM HAWAIIPEARL HARBOR, HI, 96860-3139, USA

NAICS

Engineering Services (541330)

PSC

ARCHITECT AND ENGINEERING- GENERAL: OTHER (C219)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    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.

    Point(s) of Contact
    Files
    Title
    Posted
    This document, "ATTACHMENT (A) SPECIALIZED EXPERIENCE SUPPLEMENTAL INFORMATION (CRITERION 1)," is a form used in government RFPs, federal grants, or state/local RFPs to solicit detailed information on a firm's specialized experience through ten example projects. For each project, the form requires the title, construction type (new construction or renovation/repair/alteration), A-E fee and design completion date, construction fee, role (prime A-E or sub consultant), professional services rendered (e.g., FACD/CDW/Charrette, DD1391 MILCON Development, Design-Build RFP/DOR/Construction Documents, Engineering Studies/Reports, Technical Specs/Cost Estimate/Design QC Review), disciplines involved (e.g., Architect, Civil, Structural, Mechanical, Electrical, Telecom, Cybersecurity, Fire Protection, Cost Estimator), and relevant facility types (e.g., multi-unit dwelling, administration, industrial, education, retail, community support facilities). This structured format allows evaluating the breadth and depth of a firm's past project experience relevant to the specific criteria of the solicitation.
    The NAVFAC/USACE Past Performance Questionnaire (PPQ-0) is a critical document used in government contracting for evaluating a contractor's past performance. It collects detailed information on contractor specifics, contract type, project description, and client details. The questionnaire features a comprehensive rating system (Exceptional, Very Good, Satisfactory, Marginal, Unsatisfactory, Not Applicable) across key performance areas: Quality, Schedule/Timeliness, Customer Satisfaction, Management/Personnel/Labor, Cost/Financial Management, and Safety/Security. Clients are responsible for completing and submitting the questionnaire, either directly to the offeror or NAVFAC, to assist in evaluating performance risk for future solicitations. The government reserves the right to verify all submitted information, ensuring transparency and accountability in the contracting process.
    Attachment D, "Historical Small Business Utilization," is a mandatory form for all offerors (large and small businesses) responding to RFP N62478-26-R-5051. Its purpose is to document an offeror's past small business utilization and achievements for each project submitted under Criterion 1, Specialized Experience. The form requires detailed project information, including contract numbers, project titles, the offeror's business size, their role (prime, subcontractor, or JV member), and whether a subcontracting plan was required. Offerors must provide actual dollar values and percentages for subcontracting to various categories, including Small Business Concerns, Small Disadvantaged Business Concerns, Women-Owned Small Business Concerns, HUBZone Small Business Concerns, Veteran-Owned Small Business Concerns, and Service-Disabled Veteran-Owned Small Business Concerns. If applicable, goal percentages must also be entered. The document specifies how to calculate percentages and when to mark categories as N/A. Explanations are required for any unmet goals or for projects with no small business subcontracting achievement. The form defines key terms such as "Total Project Dollar Value," "Total Self-Performed Value," and "Total Subcontract Value." Submissions in any other format will not be evaluated.
    The document outlines an Individual Small Business Subcontracting Plan for Solicitation N62478-26-R-5051, an Indefinite Delivery/Indefinite Quantity Contract for Architect-Engineer Services. This plan is required for large businesses and ensures compliance with FAR 19.704 and FAR clause 52.219-9. It mandates the establishment of subcontracting goals for various small business categories (SB, HUBZone SB, WOSB, SDB, VOSB, SDVOSB, AbilityOne, ANCs/Indian Tribes). The plan details requirements for identifying subcontracting opportunities, developing goals, administering the program, and reporting performance. It also emphasizes efforts to ensure equitable opportunities for small businesses and outlines record-keeping and reporting obligations, including the use of the Electronic Subcontracting Reporting System (eSRS).
    Attachment F, the Small Business Participation Commitment Document (SBPCD), is a mandatory form for all offerors (large and small businesses) responding to the N62478-26-R-5051 RFP. Its purpose is to detail the offeror's commitment to subcontracting with small businesses for architect-engineer services under the cognizance of NAVFAC Hawaii. The document requires offerors to provide their prime contractor size, socioeconomic categories if applicable, and a breakdown of the total contract value, self-performed work, and subcontracted work. A key requirement is to commit to a minimum of 20% small business participation, with detailed explanations required if this threshold is not met. Offerors must identify committed small business subcontractors, their categories, services, and the nature of their commitment. Explanations are also required if no firm commitments are in place or if a large business offeror does not intend to subcontract, justifying why this would result in efficient contract performance. This form is the sole basis for evaluating Criterion 8, Commitment to Small Business, emphasizing the importance of detailed and accurate reporting of small business participation.
    The Naval Facilities Engineering Systems Command (NAVFAC) Hawaii is soliciting an Indefinite Delivery/Indefinite Quantity (IDIQ) contract (N62478-26-R-5051) for multi-discipline Architect-Engineer (A-E) services. This unrestricted procurement seeks highly qualified firms for design, engineering, specification writing, cost estimating, and related services for Military Construction (MILCON) and other projects in Hawaii and potentially worldwide. The contract has a base period of one year, four one-year options, and a six-month extension option, with a total fee not exceeding $200,000,000. Firms must submit a Standard Form SF330, Architect Engineer Qualifications, by December 17, 2025. Key evaluation criteria include specialized experience, professional qualifications, past performance, quality control, program management, firm location, sustainable design, commitment to small business, and volume of work.
    Similar Opportunities
    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
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC) Hawaii, is seeking qualified small business architect-engineer firms for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract to provide multi-discipline design and engineering services for various projects. The contract, valued at up to $20 million, includes a base period of one year with four additional one-year options and a potential six-month extension, focusing on services such as project documentation, design-build RFP documents, engineering studies, and post-construction award services. Interested firms must submit a completed SF330 package by December 9, 2025, at 2:00 PM Hawaii Standard Time, and ensure their registration in the System for Award Management (SAM) is current. For further inquiries, contact Kelcie Kimura at kelcie.e.kimura.civ@us.navy.mil or Kris Nakashima-Wong at kris.e.nakashima-wong.civ@us.navy.mil.
    INDEFINITE DELIVERY INDEFINITE QUANTITY CONTRACT FOR ARCHITECT-ENGINEER SERVICES FOR VARIOUS CIVIL PROJECTS AND OTHER PROJECTS UNDER THE COGNIZANCE OF NAVAL FACILITIES ENGINEERING SYSTEMS COMMAND, PACIFIC
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Systems Command, Pacific, is seeking qualified architect-engineer firms to provide a range of services for various civil projects under an Indefinite Delivery Indefinite Quantity (IDIQ) contract. This contract, valued at up to $200 million over a one-year base period with four option years, will encompass services such as site development, Military Construction documentation, design-build and design-bid-build documents, technical surveys, cost estimates, and post-construction award services. The procurement is unrestricted under NAICS Code 541330, and firms will be evaluated based on criteria including specialized experience, key personnel qualifications, past performance, and commitment to small business. Interested parties must submit a completed Standard Form SF 330 by January 8, 2026, at 2:00 p.m. Hawaii Standard Time, and can contact Shaun Bissen at shaun.m.bissen.civ@us.navy.mil or Ann Saki-Eli at ann.h.sakieli.civ@us.navy.mil for further information.
    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
    Buyer not available
    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.
    Facility Planning Services A-E IDIQ Sources Sought Notice
    Buyer not available
    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.
    CULTURAL RESOURCE TECHNICAL SERVICES AT VARIOUS LOCATIONS IN HAWAII, WESTERN PACIFIC AND ASIA FOR THE NAVAL FACILITIES ENGINEERING SYSTEMS COMMAND PACIFIC
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Systems Command Pacific (NAVFAC PAC), is seeking qualified contractors to provide cultural resource technical services at various locations in Hawaii, the Western Pacific, and Asia. The procurement involves a Firm-Fixed-Price, Multiple Award Contract (MAC) with an Indefinite Delivery Indefinite Quantity (IDIQ) structure, aimed at delivering a wide range of cultural resource services, including archaeological surveys, architectural history surveys, and various specialized analyses, primarily in support of defense-related projects. This contract, with a maximum value of $70 million over a term of up to 90 months, includes a partial small business set-aside and emphasizes compliance with federal regulations and professional standards. Interested parties can contact Kylee Chun at kylee.k.chun.civ@us.navy.mil or Rachel Isara-Phan at rachel.m.isara-phan.civ@us.navy.mil for further details.
    INDEFINITE DELIVERY/INDEFINITE QUANTITY MULTIPLE AWARD CONTRACT FOR MULTIDISCIPLINE ARCHITECT-ENGINEER SERVICES IN SUPPORT OF CONSTRUCTION PROJECTS LOCATED PRIMARILY IN THE NORFOLK DISTRICT AREA OF RESPONSIBILITY (AOR), BUT ALSO NORTH ATLANTIC DIVISION AOR
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is seeking qualified small business architect-engineer firms for an Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Contract to support construction projects primarily within the Norfolk District and North Atlantic Division Areas of Responsibility. The contract will encompass a wide range of multi-discipline architect-engineering services, including planning, design, engineering studies, construction management, and various facility-related projects, with a total shared capacity of approximately $240 million over a five-year base period. Interested firms must be registered in the System for Award Management (SAM) and meet the Small Business Size Standard of $22.5 million under NAICS Code 541330, and they are required to submit a capabilities statement by December 11, 2025, detailing their experience and qualifications, including three example projects and the professional qualifications of key personnel. For further inquiries, firms can contact Dariya Walker at dariya.m.walker@usace.army.mil or Nicholas Lizotte at Nicholas.Lizotte@usace.army.mil.
    CIVIL DESIGN INDEFINITE DELIVERY CONTRACTS (IDCs) WITHIN SAN FRANCISCO DISTRICT AND SOUTH PACIFIC DIVISION
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, San Francisco District, is seeking qualified architect-engineer firms for Civil Design Indefinite Delivery Contracts (IDCs) within its jurisdiction and the South Pacific Division. The procurement aims to secure multiple contracts for civil engineering and architectural services, focusing on projects such as flood control, navigation, environmental restoration, and infrastructure design, with a total shared capacity of $90 million over a three-year base period, with options for two additional years and a six-month extension. This opportunity is set aside for small businesses, and interested firms must demonstrate specialized experience, technical competence, and strong past performance on Department of Defense contracts. Submissions are due by December 10, 2025, via DoD SAFE, and firms are encouraged to attend a virtual pre-proposal conference on November 18, 2025, for further clarification on the requirements. For inquiries, contact Lisa Ip at lisa.i.ip@usace.army.mil or Nairi Freeman at nairi.freeman@usace.army.mil.
    INDEFINITE DELIVERY INDEFINITE QUANTITY UNRESTRICTED MULTIPLE AWARD CONSTRUCTION CONTRACT FOR NEW CONSTRUCTION, RENOVATION, AND REPAIR OF COMMERCIAL AND INSTITUTIONAL FACILITIES USING ALTERNATIVE CONSTRUCTION METHODS (ACM) AT VARIOUS GOVERNMENT INSTALLATI
    Buyer not available
    The Department of Defense, through the Department of the Navy's NAVFACSYSCOM Southwest, is seeking contractors for an Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Construction Contract focused on new construction, renovation, and repair of commercial and institutional facilities using Alternative Construction Methods (ACM) across various government installations in California, Arizona, Nevada, Utah, Colorado, and New Mexico. This procurement aims to award approximately eight contracts through a two-phase design-build selection procedure, emphasizing technical approach, experience, past performance, safety, and price, with a total estimated value exceeding $2.5 billion. The contract period spans two years with an option for an additional three years, and task orders will range from $15 million to $250 million, with a minimum guarantee of $5,000 for each awardee. Interested contractors should contact Shane Mahelona at shane.k.mahelona.civ@us.navy.mil or 619-705-4631, and must monitor the SAM website for the solicitation, expected to be posted on or about July 16, 2025.
    Multiple Award Construction Contract (MACC) - Large Scale Military Projects
    Buyer not available
    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.
    Architect-Engineer (AE) Services to Support Hazardous, Toxic, and Radioactive Waste (HTRW) Multiple Award Task Order Contract (MATOC)
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Mobile District, is seeking qualified architect-engineer firms to provide services for a future Indefinite Delivery/Indefinite Quantity (IDIQ) contract focused on Hazardous, Toxic, and Radioactive Waste (HTRW) management. The procurement aims to support the Mobile District’s Environmental Restoration Program through comprehensive planning and design services, with an anticipated contract value of $249 million over five years. Firms must demonstrate capabilities in various engineering disciplines and relevant past performance, particularly as prime contractors on similar projects, to effectively manage and execute task orders ranging from $5 million to $10 million. Interested parties should submit their qualifications by 2:00 PM CT on December 5, 2025, to the designated contacts, Danielle Mims and Elisha Couch, via PIEE.