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.