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 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.

    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.
    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.
    Similar Opportunities
    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
    Buyer not available
    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.
    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.
    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.
    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.
    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.
    FY25 MCA PN76898 Aircraft Maintenance Hangar, Wheeler Army Airfield, Oahu, Hawaii
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the construction of an Aircraft Maintenance Hangar at Wheeler Army Airfield in Oahu, Hawaii. This project falls under the NAICS code 236220, which pertains to Commercial and Institutional Building Construction, and aims to enhance the operational capabilities of the Army by providing a dedicated facility for aircraft maintenance. Interested contractors must submit their proposals via the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module, and registration as a vendor in PIEE is mandatory. For further inquiries, interested parties can contact Brett Watanabe at brett.j.watanabe@usace.army.mil or Jennifer Ko at jennifer.i.ko@usace.army.mil, with the proposal submission process requiring adherence to specific guidelines outlined in the PIEE resources.
    Two Phase Design Build IDIQ MATOC in Support of the Western Region
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking contractors for a Two Phase Design Build Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contracts (MATOC) to support the Defense Health Agency (DHA) program in the Western Region of the United States. This procurement aims to provide design-build and repair services for military healthcare and research laboratory facilities, focusing on architectural, mechanical, electrical, instrumentation, security, and safety areas, with a total contract capacity of $249 million. The project is crucial for ensuring timely and cost-effective responses to the repair and minor construction needs of DHA medical facilities across states including Alaska, California, and Colorado. Interested contractors must register in the System for Award Management (SAM) and monitor the Procurement Integrated Enterprise Environment (PIEE) website for the solicitation, which is expected to be posted around November 20, 2025. For further inquiries, potential bidders can contact LaRhonda Archie at larhonda.m.archie@usace.army.mil.