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
ID: N6247825R5045Type: Presolicitation
Overview

Buyer

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

NAICS

Architectural Services (541310)

PSC

ARCHITECT AND ENGINEERING- GENERAL: OTHER (C219)

Set Aside

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

    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC) Hawaii, is seeking qualified architect-engineer firms for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract to provide multi-discipline architect-engineer services for various projects primarily located in Hawaii, with potential for worldwide application. The contract, which is a total small business set-aside, includes a base period of one year with four additional one-year options and a six-month extension, with a total fee not exceeding $20 million and a guaranteed minimum of $3,000. The selected firm will be responsible for a range of services including project documentation, design-build documents, engineering studies, and post-construction services, with task orders valued between $5,000 and $1.5 million. Interested firms must submit their qualifications via the SF330 form by December 30, 2025, at 2:00 PM Hawaii Standard Time, and are encouraged to contact Kelcie Kimura or Kris Nakashima-Wong for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    Attachment (A) outlines a standardized format for documenting specialized experience in architectural and engineering (A-E) projects, likely for government RFPs or grants. It provides a template for up to ten example projects, requiring detailed information for each. Key data points include project title and location, construction type (new or renovation), year design services were completed, estimated construction cost and completion year, and the project role (Prime A-E or Sub Consultant). The form also mandates checking applicable specialized design/engineering services (e.g., technical specs, cost estimates, design-build RFP documents, engineering studies) and disciplines involved (e.g., architect, civil, structural, mechanical, electrical, cybersecurity, cost estimator). Finally, it requires identification of relevant facility types, such as multi-unit dwellings, administration buildings, industrial facilities, educational institutions, retail spaces, or community support facilities. This attachment serves as a critical tool for evaluating a firm's qualifications and relevant project history for government contracts.
    Attachment (B) outlines a standardized format for submitting Key Personnel Resume Supplemental Information, crucial for Criterion 2 evaluations in government contracts such as RFPs or grants. This attachment is structured to gather detailed information on up to five relevant projects for each key personnel. For each project, it requires details such as the project title and location, construction type (new construction or renovation), completion years for design services and construction, the role of the firm (prime A-E or sub-consultant), and the specific work performed. It also categorizes the specified design/engineering services and relevant project types, including multi-unit dwellings, administration, industrial, education, retail, and community support facilities. This standardized form ensures that all essential qualifications and experiences of key personnel are uniformly presented and easily assessed against the project's requirements.
    The NAVFAC/USACE Past Performance Questionnaire (Form PPQ-0) is a critical document for evaluating contractor performance in federal government RFPs. It collects detailed information on contractor firms, their role in past projects (prime, sub, or joint venture), contract specifics like type and value, and a description of the project's complexity and relevance. The questionnaire is divided into sections for the contractor to complete (Blocks 1-4) and the client to complete (Blocks 5-8). Clients are requested to assess the contractor's performance across key areas including quality, schedule/timeliness, customer satisfaction, management/personnel/labor, cost/financial management, and safety/security. Performance is rated using an adjective scale (Exceptional, Very Good, Satisfactory, Marginal, Unsatisfactory, Not Applicable) with specific definitions for each rating. The form also includes sections for clients to provide narrative feedback on strengths, weaknesses, and an overall rating, which assists NAVFAC in evaluating performance risk. The government reserves the right to verify all submitted information.
    This document addresses questions regarding solicitation N62478-25-R-5045, confirming it is a new and distinct contract with no incumbent contractor currently performing the outlined services. The solicitation is similar in scope but different from N6247825R5044. The government intends for the prime contractor to provide architectural services, maintaining NAICS Code 541330 despite suggestions to change it to reflect engineering work.
    This document addresses questions regarding Solicitation N62478-25-R-5045, an architectural services contract. Key clarifications include confirming no incumbent contractor, that this is a distinct contract from N6247825R5044, and that the NAICS code 541310 (Architectural Services) will not be changed to 541330 (Engineering Services) as the work is primarily architectural. Eligibility for small businesses under NAICS 541310 is affirmed, with instructions to update SAM.gov registrations. Submission requirements for SF330 packages specify Adobe PDF format, a maximum file size of 8GB, and an extended due date of December 30, 2025. Personnel requirements were clarified: a Telecommunications Engineer must be both a licensed Electrical Engineer and an RCDD, only one Fire Protection Engineer is needed, Project Manager/Project Architects must be licensed, and cost estimators require professional certifications like CCP or CPE.
    The Naval Facilities Engineering Systems Command (NAVFAC) Hawaii is seeking Architect-Engineer (A-E) services for multi-discipline design and engineering projects. This Indefinite Delivery/Indefinite Quantity (IDIQ) contract, set aside for small businesses, has a base period of one year with four one-year options, and a six-month extension option, not to exceed $20,000,000. Services include project documentation, design-build RFP documents, engineering studies, and post-construction award services for various facility types. Selection criteria, in descending order of importance, include specialized experience, professional qualifications, past performance, program management and capacity, quality control, firm location, sustainable design, and volume of work as a tiebreaker. Interested firms must submit a completed SF330 package by December 9, 2025, at 2:00 PM Hawaii Standard Time, ensuring SAM registration is current.
    NAVFAC Hawaii seeks an Architect-Engineer (A-E) firm for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract for multi-discipline A-E services, primarily for design and engineering projects within Hawaii, but potentially worldwide. This 100% small business set-aside contract has a base period of one year with four one-year options and a six-month extension option, with a total fee not exceeding $20,000,000 and a guaranteed minimum of $3,000. Task orders will range from $5,000 to $1.5M, with an estimated start date of December 2026. The selected firm will provide architectural services for various facility types, including project documentation, design-build/bid-build documents, engineering studies, and post-construction services. Selection criteria prioritize specialized experience, professional qualifications, past performance, program management, quality control, firm location, sustainable design, and volume of work as a tiebreaker. Firms must submit a completed SF330 by December 30, 2025, at 2:00 PM Hawaii Standard Time (HST), providing detailed information on their experience, personnel, and quality control programs. Registration in SAM.gov is required at the time of award, and specific instructions for submission format and content must be followed.
    Similar Opportunities
    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
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command, Pacific (NAVFACSYSCOM PACIFIC), is seeking qualified architect-engineer firms for an Indefinite Delivery Indefinite Quantity (IDIQ) contract to provide various civil engineering services. The contract, valued at up to $200 million over a one-year base period with four option years, will encompass a range of services including site development, design documentation, technical surveys, and post-construction services, primarily focused on projects in Hawaii, Guam, Tinian, Australia, the Philippines, and the Federated States of Micronesia. Interested firms must submit a completed SF 330 package by January 8, 2026, at 2:00 p.m. Hawaii Standard Time, and will be evaluated based on criteria such as specialized experience, qualifications of key personnel, past performance, and commitment to small business participation. For further inquiries, interested parties may contact Shaun Bissen at shaun.m.bissen.civ@us.navy.mil or Ann Saki-Eli at ann.h.sakieli.civ@us.navy.mil.
    ARCHITECT/ENGINEERING SERVICES FOR ENVIRONMENTAL INVESTIGATIONS, PERMIT APPLICATIONS AND RELATED STUDIES AT VARIOUS NAVY AND MARINE CORPS ACTIVITIES, PACIFIC BASIN AND INDIAN OCEAN AREAS
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command Pacific (NAVFAC PAC), is seeking qualified architect-engineer firms to provide professional services for environmental investigations, permit applications, and related studies at various Navy and Marine Corps activities primarily in Hawaii, Guam, Japan, and other locations within the Pacific Basin and Indian Ocean areas. The selected firms will be responsible for a range of services including compliance with environmental regulations, preparation of analytical studies, technical evaluations, and management plans, with a focus on water, wastewater, stormwater, and hazardous waste management. Interested small businesses, including those that are HUBZone, woman-owned, service-disabled veteran-owned, and other small business categories, must submit their qualifications and experience using the Information Summary Matrix by December 29, 2025, at 2:00 PM HST, with a projected contract value of up to $30 million over a potential five-year period. For further inquiries, contact Rachel Isara-Phan at rachel.m.isara-phan.civ@us.navy.mil or Kylee Chun at kylee.k.chun.civ@us.navy.mil.
    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
    Dept Of Defense
    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.
    INDEFINITE DELIVERY/INDEFINITE QUANTITY CONTRACT FOR ARCHITECT-ENGINEER SERVICES FOR AIR INSTALLATIONS COMPATIBLE USE ZONES (AICUZ) AND RANGE AIR INSTALLATIONS COMPATIBLE USE ZONES (RAICUZ) STUDIES AND OTHER ENCROACHMENT MANAGEMENT OR READINESS SUSTAINMENT
    Dept Of Defense
    The Department of Defense, through the Department of the Navy's NAVFACSYSCOM Atlantic, is seeking qualified architect-engineer firms for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract focused on Air Installations Compatible Use Zones (AICUZ) and Range Air Installations Compatible Use Zones (RAICUZ) studies, along with other encroachment management and readiness sustainment services. The contract aims to provide multi-discipline Architect-Engineer (AE) services, including the preparation and updating of AICUZ/RAICUZ studies, noise studies, and Encroachment Action Plans (EAPs), primarily for projects located in the Continental United States (CONUS) but may extend globally. This opportunity is crucial for ensuring the compatibility of military operations with surrounding communities and managing encroachment issues effectively. Interested small businesses, including those with 8(a), HUBZone, SDVOSB, WOSB, and EDWOSB designations, must submit a capabilities package by January 9, 2026, detailing their relevant experience and qualifications, as large business submissions will not be considered. For further inquiries, contact Hannah Smith at hannah.g.smith32.civ@us.navy.mil or Kathleen Delashmitt at kathleen.a.delashmitt.civ@us.navy.mil.
    INDEFINITE DELIVERY/INDEFINITE QUANTITY CONTRACT FOR ARCHITECT-ENGINEER SERVICES FOR GEOTECHNICAL ENGINEERING SERVICES AT VARIOUS ACTIVITIES LOCATED WITHIN THE NAVAL FACILITIES ENGINEERING SYSTEM COMMAND ATLANTIC (NAVFAC ATLANTIC) AREA OF RESPONSIBILITY,
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Atlantic (NAVFAC ATLANTIC), is seeking qualified architect-engineer firms to provide indefinite delivery/indefinite quantity (IDIQ) services for geotechnical engineering at various activities within its area of responsibility worldwide. The procurement aims to secure professional services that include geotechnical investigations, analysis, and recommendations to support construction and maintenance projects. These services are critical for ensuring the structural integrity and safety of military facilities and infrastructure. Interested firms should reach out to Liz Roberts at elizabeth.l.roberts31.civ@us.navy.mil for further details regarding the solicitation, which is identified as N6247026R0009.
    C--PACIFIC AND INTERMOUNTAIN REGION IDIQ MULTI-DISCIPLINARY AE DESIGN SERVICES
    Interior, Department Of The
    The Department of the Interior, through the National Park Service (NPS), is seeking qualified architect-engineer firms to provide multi-disciplinary design services under a Multiple Award Indefinite Delivery, Indefinite Quantity (IDIQ) contract for the Pacific and Intermountain Regions. The procurement aims to gather market interest and qualifications from both large and small businesses for various architectural and engineering services, including historic structure preservation, accessibility upgrades, and infrastructure improvements. This initiative is crucial for maintaining and enhancing the NPS's facilities and services, ensuring compliance with federal standards and improving visitor experiences. Interested firms must demonstrate their capabilities and comply with federal subcontracting limitations, with responses due by January 16, 2026, at 2:00 PM Mountain Time. For further inquiries, contact Edwin Berry at edwinberry@contractor.nps.gov or call 303-969-2288.
    CULTURAL RESOURCE TECHNICAL SERVICES AT VARIOUS LOCATIONS IN HAWAII, WESTERN PACIFIC AND ASIA FOR THE NAVAL FACILITIES ENGINEERING SYSTEMS COMMAND PACIFIC
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command Pacific (NAVFAC PAC), is seeking qualified contractors to provide cultural resource technical services across various locations in Hawaii, the Western Pacific, and Asia. The procurement involves a Multiple Award Contract (MAC) with an aggregate value of up to $70 million, divided into an Unrestricted Division for Japanese-funded projects and a Small Business Set-Aside (SBSA) Division for U.S.-funded projects, focusing on archaeological surveys, data recovery, and historic preservation efforts. These services are critical for supporting military initiatives, including the Guam military relocation and compliance with federal regulations regarding cultural resources. Interested parties must submit proposals by January 6, 2026, and can direct inquiries to Kylee Chun at kylee.k.chun.civ@us.navy.mil or Rachel Isara-Phan at rachel.m.isara-phan.civ@us.navy.mil.
    Engineering Services for Specialized Antennas, Towers, Hangars, and Communication Facilities, Worldwide
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering and Expeditionary Warfare Center (NAVFAC EXWC), is seeking qualified architect-engineer firms to provide engineering services for specialized antennas, towers, hangars, and communication facilities worldwide. This procurement involves an Indefinite Delivery/Indefinite Quantity (IDIQ) contract aimed at supporting various specialized Department of Defense facility projects, emphasizing the critical nature of these services for military operations. Interested small businesses are encouraged to participate, as this opportunity is set aside for total small business participation under FAR 19.5. For further details, including solicitation documents, interested parties should contact Jonathan Demorest at jonathan.p.demorest.civ@us.navy.mil or Anthony Gonzales at anthony.j.gonzales104.civ@us.navy.mil, with the solicitation available through the PIEE Solicitation Module on SAM.gov.
    WFL AE Design IDIQ
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Highway Administration's Western Federal Lands Highway Division (WFLHD), is seeking qualified architect-engineer firms for the WFL AE Design IDIQ contract. This procurement aims to award up to five Indefinite Delivery Indefinite Quantity (IDIQ) contracts, with a shared ceiling of $60 million, to provide multi-discipline engineering services primarily for transportation infrastructure projects across Alaska, Idaho, Montana, Oregon, Washington, and Wyoming. The selected firms will be responsible for a range of services including project management, highway design, environmental compliance, and construction support, with two contracts set aside for small businesses. Interested firms must submit a completed SF 330 by January 15, 2026, and be registered in SAM.gov, while ensuring they meet specific experience and licensing requirements. For further inquiries, contact Kyle M. Wood at WFL.AE@DOT.GOV or call 360-619-7860.
    FY26 A&E IDIQ Scott AFB, IL
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is seeking qualified architect-engineer firms to provide Title I and Title II services under an Indefinite Delivery, Indefinite Quantity (IDIQ) contract at Scott Air Force Base, Illinois. The procurement aims to award contracts to up to five small business firms for multi-discipline A-E services that will support the Base Civil Engineer's real property and construction programs. Each contract will have a maximum ceiling of $2.4 million and will be evaluated based on professional qualifications, specialized experience, past performance, capacity for timely work, and geographic location. Interested firms must submit their qualifications using Standard Form 330 by 3:00 p.m. CST on January 6, 2026, to the designated contacts, Christa Wooten and Fawne E. Lee, via the provided email addresses.