AE IDIQ Design and Engineering Services for Waterfront -Small Projects - HR AOR
ID: N4008524R2581Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Engineering Services (541330)

PSC

ARCHITECT AND ENGINEERING- GENERAL: STRUCTURAL ENGINEERING (C220)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    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.

    Files
    Title
    Posted
    The document outlines the solicitation for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract, primarily for Architect-Engineer (AE) services focused on Small Waterfront Projects within the Hampton Roads area of the NAVFAC Mid-Atlantic region. The contract is set for a five-year period with a total fee up to $95 million and includes services such as planning, design, and construction pertinent to military waterfront facilities and utility systems. The procurement is designated as a total Small Business set aside, adhering to government regulations for selection and evaluation. Firms will be assessed based on specialized experience, qualifications, past performance, quality control, and capacity, among other criteria. Clear submission guidelines are provided, emphasizing the necessity for comprehensive qualifications that align with specific project requirements, including compliance with safety regulations and ability to work with hazardous materials. The proposal must be submitted electronically by April 14, 2025, with details on required documentation such as proof of architectural or engineering registration. This RFP illustrates the government's commitment to engaging capable small businesses for important infrastructural improvements within military waterfront regions, aiming to ensure high-quality services and compliance with established federal standards.
    The NAVFAC/USACE Past Performance Questionnaire (Form PPQ-0) is designed to gather performance evaluations for contractors involved in federal projects. The form requires contractors to provide detailed information about their firm, contractual roles, project specifics, and performance outcomes. This includes identification of project complexity, relevant experience, and actual completion details. Clients are responsible for completing the latter sections, which encompass an evaluation of contractor performance across several categories, such as quality, timeliness, customer satisfaction, management, financial management, safety, and general compliance. Ratings range from "Exceptional" (E) to "Unsatisfactory" (U), with defined criteria for each level to ensure an objective assessment. Essentially, this questionnaire serves as a crucial tool for the government in vetting contractors, ensuring accountability, and gathering valuable feedback to inform future procurement decisions, highlighting the importance of past performance in governmental contracting processes.
    The government document is a solicitation notice for an Indefinite Delivery Indefinite Quantity (IDIQ) contract for architectural and engineering services related to small waterfront projects in the Hampton Roads Area of Responsibility (HR AOR). The notice indicates the solicitation number (N4008524R2581) and specifies the types of services required, although details are limited within the given text. The document includes sections for referencing inquiries, responses, and relevant amendments, suggesting an interactive process where potential contractors can ask questions and receive clarifications about the solicitation. The overarching purpose of this document is to initiate the procurement process for qualified firms to support the management and execution of waterfront projects that align with federal and local government standards and regulations. This aligns with common practices in government RFPs necessitating structured engagements and compliance in project execution.
    The Procurement Integrated Enterprise Environment (PIEE) Vendor Registration Guide outlines the process for vendors engaging with the Department of Defense (DoD) solicitations. It emphasizes an automated, secure method for capturing solicitations and industry responses. Vendors are assigned specific roles within the PIEE Solicitation Module: Proposal Manager, necessary for submitting offers, and Proposal View Only, which permits viewing submissions. The guide provides detailed instructions for new users to self-register, including steps for creating an account, selecting roles, and submitting justifications. Existing users can update their roles by logging in and following a simplified procedure. Additional resources are available, including help sections for account and technical support. The guide also features a Roles and Actions/Functions Matrix, detailing the capabilities associated with each vendor role, such as submitting and viewing offers. This structured approach ensures clarity in the vendor registration process and supports compliance with federal solicitation procedures relevant to both federal grants and state/local RFPs.
    Similar Opportunities
    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.
    Buyer not available
    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.
    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 professional services to support the Navy's Public Works Directorate across its Atlantic and Pacific areas of operations, both CONUS and OCONUS. The contract, valued at a maximum of $90 million, will be awarded as an Indefinite Delivery/Indefinite Quantity (IDIQ) agreement, requiring expertise in managing electric, civil, and mechanical utility systems at Navy installations worldwide, with a focus on utility management, energy conservation, and operational efficiency. Proposals are due by February 17, 2025, and interested parties should direct inquiries to Jamie Oyelowo or Weston Polen via the provided email addresses.
    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.
    Y--IDIQ MACC FOR LARGE CONSTRUCTION PROJECTS, HAMPTON ROADS, Virginia NAVFAC MID-ATLANTIC
    Buyer not available
    Presolicitation notice from the Department of Defense, Department of the Navy, NAVFACSYSCOM MID-ATLANTIC, for a Design-Build (DB) / Design-Bid-Build (DBB) Indefinite Delivery Indefinite Quantity (IDIQ) Firm Fixed Price Multiple Award Construction Contract (MACC) for large construction projects in the Hampton Roads, Virginia area. The contract will primarily consist of general building type projects, including new construction, demolition, repair, alteration, and renovation of buildings, systems, and infrastructure. The projects may include civil, structural, mechanical, electrical, fire protection, and communication systems. The facilities to be constructed include administrative, industrial, maintenance, warehouses, hangars, communications, personnel support, recreation, lodging, dormitory, medical, training, ranges, and roads. The contract is for one year with four one-year option periods, and the estimated construction cost is not to exceed $249,000,000. The first task order will be for the design and construction of a Marine Corps Bachelor Enlisted Quarters (BEQ) at Naval Weapons Station, Yorktown, Virginia, with an estimated construction cost between $25,000,000 and $100,000,000. The solicitation will be issued on or about December 15, 2017, and will be listed as N40085-18-R-1104 on the Navy Electronic Commerce Online website (NECO).
    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.
    IDIQ James River Maintenance Dredging and associated activities from Rocklanding Shoal to Richmond Harbor locks
    Buyer not available
    The Department of Defense, through the Norfolk District of the U.S. Army Corps of Engineers, is seeking qualified firms for an Indefinite Delivery Indefinite Quantity (IDIQ), Single Award Task Order Contract (SATOC) focused on maintenance dredging operations along the James River, specifically from Rocklanding Shoal to Richmond Harbor locks. The project requires hydraulic cutter-head dredging across three segments of the river, maintaining specific channel depths of -25 feet and -18 feet Mean Lower Low Water (MLLW), while utilizing designated dredged material placement sites and ensuring compliance with environmental standards. This contract is crucial for maintaining navigational channels and supporting maritime operations in the region, with an estimated contract value between $25 million and $100 million, and a target award date set for September 2025. Interested firms must respond to the Sources Sought Notice by February 21, 2025, and provide relevant experience through a survey to the primary contact, Susan Ellis, at susan.k.ellis@usace.army.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.
    P909 SOF SDVT2 Operations Support Facility, JEB Little Creek-Fort Story, VA
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the construction of the P909 SOF SDVT2 Operations Support Facility at JEB Little Creek-Fort Story, Virginia. This project involves the design and construction of a facility approximately 60,000 square feet in size, which includes the demolition of existing structures and is estimated to have a budget ranging from $25 million to $100 million. The facility is critical for enhancing operational capabilities for Navy personnel, emphasizing compliance with federal construction standards and safety regulations. Interested contractors must submit their proposals electronically by January 31, 2025, and can direct inquiries to Demetrice Jenkins at demetrice.jenkins2.civ@us.navy.mil or by phone at 757-341-1973.