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 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.
    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.
    MILITARY CONSTRUCTION PROJECT (MILCON) P1062 DESIGN-BID-BUILD, DRY DOCK 3 MODERNIZATION, NORFOLK NAVAL SHIPYARD, PORTSMOUTH, VIRGINIA
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC), is soliciting proposals for the Design-Bid-Build modernization of Dry Dock 3 at the Norfolk Naval Shipyard in Portsmouth, Virginia. This project aims to refurbish critical infrastructure, including rebuilding caisson seats, upgrading utility systems, and enhancing fire protection measures, all while ensuring compliance with safety and environmental regulations. The modernization is vital for maintaining operational readiness and supporting the U.S. Navy's long-term mission capabilities. Interested contractors must submit their proposals electronically by May 8, 2025, with a minimum requirement for small business participation set at 20% of the contract value. For further inquiries, potential bidders can contact Daniel Rocha at daniel.r.rocha2.civ@us.navy.mil or Stephanie Wray at stephanie.l.wray2.civ@us.navy.mil.
    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).
    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.
    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.
    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.
    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 P-909 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 will include the demolition of existing structures and the establishment of various operational spaces, including maintenance areas, storage, and administrative offices, all aimed at enhancing military operational capabilities. The procurement is critical for supporting Navy personnel and ensuring compliance with federal construction standards, with an estimated budget ranging from $25 million to $100 million and a completion timeframe of 1,048 calendar days. Interested contractors must submit their proposals electronically by April 10, 2025, and can direct inquiries to Demetrice Jenkins at demetrice.jenkins2.civ@us.navy.mil or by phone at 757-341-1973.
    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.
    J019 - SMALL CRAFT MAINTENANCE AND UPGRADE SUPPORT SERVICES
    Buyer not available
    The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Norfolk, is soliciting proposals for Small Craft Maintenance and Upgrade Support Services. The contract will encompass maintenance, repair, and upgrades for various small vessels utilized by the Naval Oceanographic Office (NAVOCEANO), including Hydrographic Survey Launches and other specialized boats, ensuring they meet operational and safety standards. This initiative is crucial for maintaining the effectiveness of marine surveying and training operations, reflecting the government's commitment to enhancing its maritime capabilities. Interested small businesses must submit their proposals by April 10, 2025, and can contact Joseph Caltagirone at joseph.caltagirone@navy.mil for further information.