IDIQ Contract for A-E MEP Services Primarily Located in the Marine Corps AOR
ID: N4008524R2674Type: 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: MECHANICAL SYSTEMS (C223)

Set Aside

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

    The Department of Defense, through the NAVFAC Mid-Atlantic, is seeking qualified architect-engineer firms to provide multi-discipline mechanical, electrical, and plumbing (MEP) services under an Indefinite Delivery/Indefinite Quantity (IDIQ) contract primarily within the Marine Corps Area of Responsibility (AOR) in North and South Carolina. The contract, set aside for total small businesses, aims to support various construction, repair, and maintenance projects, with a total fee not exceeding $60 million over a five-year term and a guaranteed minimum of $5,000. The selected firm will be responsible for a range of services including design, construction, and investigative work for military facilities, emphasizing the importance of specialized experience and qualifications in relevant engineering disciplines. Interested firms must submit their qualifications via Standard Form SF 330 by September 23, 2024, and can direct inquiries to Brittany Cristelli at brittany.cristelli@navy.mil or by phone at 757-341-1978.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a structured table for project data, including fields such as project title, location, completion year, firm type (Prime or Sub/DOR), and project characteristics such as design-build (DB) or design-bid-build (DBB), size, and federal involvement. Additionally, it emphasizes the importance of various project experiences like planning, facility analysis, and hazardous material surveys. However, the table is largely empty, indicating that specific project details have not been provided.
    The document outlines a request for qualifications (RFQ) for an Indefinite Delivery/Indefinite Quantity (IDIQ) Architect-Engineer (A-E) contract aimed at providing multi-discipline engineering services for construction, maintenance, and upgrades within the Marine Corps Area of Responsibility (AOR) across North and South Carolina. The contract, set as a total small business set-aside, has a five-year term with a total fee not exceeding $60 million and a guaranteed minimum of $5,000. Key services include mechanical, electrical, and plumbing designs along with the ability to conduct investigative, design, and construction services for various military facilities. Firms are evaluated based on specialized experience, qualifications, past performance, quality control measures, management capabilities, and prior DOD contract volume. The proposal requires firms to submit detailed information via Standard Form SF 330, emphasizing the importance of experienced personnel in relevant engineering disciplines. Firms must demonstrate their ability to execute projects effectively within the designated geographic areas and comply with specific government guidelines, including those related to environmental assessments and hazardous materials. Responses are due by September 16, 2024, and should be submitted electronically through the designated government platform.
    The document serves as a Project Information Form designed for contractors to outline their relevant project experience in response to government solicitations such as Requests for Proposals (RFPs) and federal grants. Each contractor is required to submit information for up to seven projects, with a limit of two pages per project. Key sections of the form include contractor details, project specifications (like location, award date, and completion status), type of work performed (construction, renovation, etc.), customer information, and contract type. A notable focus is on whether the contractor was the prime or a subcontractor, along with a detailed project description and the percentage of work self-performed by the contractor. The form is structured to ensure comprehensive and consistent reporting of each project to assist in evaluation processes related to federal and local procurement opportunities. This systematic approach promotes transparency and aids the government in assessing contractor capabilities for future projects.
    The NAVFAC/USACE Past Performance Questionnaire (Form PPQ-0) is a structured document used for assessing the performance of contractors in federal projects. It requires contractors to provide detailed contract information, such as firm name, contract type, project complexity, and actual completion dates. Clients are then tasked with evaluating the contractor's performance across various criteria, including quality of work, timeliness, customer satisfaction, management effectiveness, financial management, and safety compliance. The questionnaire employs a rating system ranging from Exceptional to Unsatisfactory, allowing clients to indicate their assessment of the contractor’s performance in specific areas. By collecting and utilizing this information, NAVFAC aims to enhance contractor accountability and informed decision-making in future project submissions. Ultimately, this form serves an essential role in ensuring efficient project execution and maintaining quality standards in government contracts.
    The Procurement Integrated Enterprise Environment (PIEE) Vendor Registration Guide outlines the process for vendors to register and manage their accounts within the PIEE platform, which enhances the Department of Defense's (DoD) solicitation processes. It specifies two user roles: Proposal Manager and Proposal View Only, with distinct functionalities for each. For new users, the guide provides a step-by-step account registration process, which includes selecting user roles, entering company information, and justifying access. Existing users can add roles by logging in and updating their account information. Technical support and account assistance are available through designated resources, including links for accessing help and submitting support tickets. The guide emphasizes the importance of completing all required fields accurately and the need for unique security answers. Ultimately, the PIEE platform aims to streamline communication and submissions between the DoD and industry, enabling a more automated and secure procurement environment.
    The document is a preaward inquiry form related to Solicitation No. N4008524R2674 for an Indefinite Delivery Indefinite Quantity (IDIQ) contract for Mechanical, Electrical, and Plumbing (MEP) services within the NAVFAC Mid-Atlantic Marine Corps Area of Responsibility (AOR). Dated July 2011, it consists of a structured format for addressing potential inquiries from interested contractors regarding the solicitation. The sections provide space for referencing the specific questions, along with government responses, thus facilitating transparent communication between the government and bidders during the proposal process. The purpose of this inquiry form is to ensure that all applicant questions are addressed adequately, promoting fairness and clarity in the competitive bidding process. By establishing a clear communication channel, the government aims to assist potential contractors in preparing accurate and compliant proposals for the required MEP services in a regulated environment, ultimately enhancing project execution efficiency within the Navy’s infrastructure needs.
    The document is a "Sources Sought - Contractor Information Form" for contractors to provide essential information, including their business type, bonding capacity, and contact details. It prompts contractors to specify their status as a small business or other relevant classifications and requires responses to be limited to one page. Additionally, there is a section for clarifying any requested information.
    The document is a sources sought information form for contractors to submit relevant project experience related to a specific announcement. Each contractor must provide detailed support for up to five projects, including information like project title, location, contract details, project type, and their role as prime or subcontractor. The form requests comprehensive descriptions of the projects and the contractor's self-performed work while allowing for up to two pages of description for each project.
    The document is an amendment to the indefinite quantity/indefinite delivery contract for architect-engineer services focusing primarily on mechanical, electrical, and plumbing design within the Marine Corps area. Key points include the extension of the SF330 submission deadline to September 23, 2024, and responses to Pre-Proposal Inquiries (PPIs) regarding eligibility and submission requirements. Notably, only the prime contractor can submit past performance evaluations, and although the contract largely emphasizes mechanical and electrical services, multi-discipline projects will also be considered favorably. Clarifications on the qualifications for the Designer of Record position highlight that the prime architect-engineer firm holds this responsibility, whether for design-bid-build or design-build projects. Additionally, submissions showcasing experiences from sub-consultants are permitted if they directly relate to the prime’s past work. This amendment guides prospective firms in understanding the expectations and submission protocols, ensuring compliance with federal contracting rules, particularly regarding past performance and organizational structure within the design team.
    The document pertains to an indefinite quantity/indefinite delivery contract for architect-engineer services focused on mechanical, electrical, and plumbing systems primarily within the Marine Corps Area of Responsibility. Amendment 0002, dated 12 September 2024, aims to clarify submission guidelines for proposals. Key aspects include the stipulation that projects must be completed within seven years of the issuance date, differentiating between design completion and construction completion, particularly for design-build and design-bid-build projects. Additionally, the amendment addresses the requirement of key personnel, indicating that one resume per listed discipline suffices for inclusion. The crucial deadlines for submissions remain unchanged: SF330 documents are due by 23 September 2024, and pre-proposal inquiries must be submitted by 13 September 2024. This amendment serves to ensure transparency and compliance regarding qualifications and submission processes for potential contractors seeking to collaborate on military projects.
    This document outlines Amendment 0003 to the Request for Proposals (RFP) N40085-24-R-2674 for an indefinite quantity/indefinite delivery contract focused on architect-engineer services related to mechanical, electrical, and plumbing projects within the Marine Corps Area of Responsibility. Key points include the confirmation that "ATTACHMENT D - PROJECT INFORMATION FORM" supplements but does not replace the SF330, PART I, SECTION F, which must still be included in submissions. The deadline for SF330 submissions remains set for 23 September 2024 at 2:00 PM EDT, and the deadline for submitting Pre-Proposal Inquiries (PPIs) is also unchanged, due by 13 September 2024 at 2:00 PM EDT. The amendment primarily addresses inquiries from potential offerors and clarifies submission requirements to ensure compliance with federal procurement processes. Overall, it emphasizes the importance of adhering to provided guidance and deadlines within the context of federal contracting procedures.
    The document addresses Amendment 0004 to solicitation N40085-24-R-2674 for an indefinite quantity/indefinite delivery contract for mechanical, electrical, and plumbing architect-engineer services in support of Marine Corps projects. This amendment includes responses to Pre-Proposal Inquiries (PPIs), an extension of the SF330 submission deadline to October 4, 2024, and a new PPI deadline of September 20, 2024. Key responses clarify eligibility criteria for submitted projects, emphasizing that design-complete projects within the past seven years, regardless of construction status, will receive equal consideration. Concerns regarding competition and limitations for small businesses and subconsultants are addressed, allowing for relevant experiences to be submitted when firms act as subconsultants or Designers of Record. Moreover, the amendment reassures that submissions from previous contracts on the correct forms are permitted, and specifies that for Design-Build projects, a project can be evaluated based on its design completion date instead of construction completion. The responses aim to ensure fair competition among firms while maintaining the integrity and intent of the evaluation criteria.
    Similar Opportunities
    INDEFINITE DELIVERY/INDEFINITE QUANTITY (IDIQ) ARCHITECT AND ENGINEERING (AE) SERVICES CONTRACT FOR MECHANICAL AND ELECTRICAL DESIGN AND ENGINEERING SERVICES WITHIN NAVFAC MID-ATLANTIC REGION PRIMARILY FOR HAMPTON ROADS AREA OF RESPONSIBILITY (HR AOR)
    Active
    Dept Of Defense
    The Department of Defense, through the NAVFAC Mid-Atlantic office, is seeking qualified small businesses to provide Indefinite Delivery/Indefinite Quantity (IDIQ) Architect and Engineering (AE) services for mechanical and electrical design projects primarily within the Hampton Roads area of Virginia. The contract, valued at up to $40 million over five years, aims to support various federal construction projects, including new constructions and renovations, emphasizing the need for specialized design and engineering services. Interested firms must demonstrate relevant experience and qualifications, with proposals due electronically via the PIEE system by September 19, 2024. For further inquiries, potential bidders can contact Kristy Gerrek at kristy.gerrek@navy.mil or Amanda Bricker at amanda.bricker@navy.mil.
    Hull, Mechanical, and Electrical Repair/Maintenance IDIQ for the Mid­-Atlantic Regional Maintenance Center
    Active
    Dept Of Defense
    The Department of Defense, through the Mid-Atlantic Regional Maintenance Center (MARMC), is soliciting proposals for an Indefinite Delivery Indefinite Quantity Multiple Award Contract (IDIQ-MAC) focused on hull, mechanical, and electrical (HM&E) repair and maintenance for various U.S. Navy vessels. The contract aims to fulfill repair, maintenance, modernization, and sustainment requirements primarily within a 50-mile radius of Naval Station Norfolk, Virginia, with potential tasks extending across the continental United States. This procurement is critical for maintaining the operational readiness of the Navy's fleet and is set aside exclusively for small businesses, with a total contract value projected at approximately $10 million over five years. Interested contractors must submit their proposals through the Procurement Integrated Enterprise Environment (PIEE) by the specified deadlines, and inquiries can be directed to Jake Grady or Donald Bowers via their provided email addresses.
    INDEFINITE DELIVERY/INDEFINITE QUANTITY CONTRACT FOR ARCHITECT-ENGINEER SERVICES FOR MECHANICAL ENGINEERING PROJECTS IN JAPAN
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command Far East (NAVFAC FE), is seeking qualified architect-engineer firms for an Indefinite Delivery/Indefinite Quantity Contract focused on mechanical engineering projects in Japan. The procurement aims to identify sources capable of providing design and engineering services, including preparation of plans and specifications, cost estimates, and post-construction services, all of which must comply with U.S. and Japanese regulations. Interested firms are required to submit a capabilities statement, detailing their qualifications and relevant project experience, by 1400 PM Japan Standard Time on October 11, 2024, to the designated contacts, Luz Baron and Janeen Bais, via email. This opportunity does not constitute a request for proposals and is solely for market research purposes.
    SOURCES SOUGHT NOTICE FOR INDEFINITE-DELIVERY, INDEFINITE-QUANTITY (IDIQ) DESIGN-BUILD (DB) AND DESIGN-BID-BUILD (DBB) FIRE PROTECTION MULTIPLE AWARD CONSTRUCTION CONTRACT (MACC)
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command Southeast (NAVFAC SE), is seeking qualified contractors for an Indefinite-Delivery, Indefinite-Quantity (IDIQ) Design-Build (DB) and Design-Bid-Build (DBB) Fire Protection Multiple Award Construction Contract (MACC) primarily focused on fire protection installation and repairs. The contract will encompass a range of services including the installation of fire suppression systems, fire alarm systems, and life safety system renovations across various states including Florida, Georgia, and Texas, with an anticipated total value of $99 million over a base year and four option years. Interested parties, particularly small businesses and those with specific certifications, must submit their qualifications and relevant project experience by 3:00 PM Eastern Time on September 5, 2024, to Matthew Abbott at the provided email address, ensuring all submissions adhere to the specified guidelines.
    Professional Services to support the Navy’s Public Works Business Line for work predominantly within the NAVFAC Atlantic Area of Responsibility (AOR)
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC), is soliciting proposals for professional services to support the Navy’s Public Works Directorate, primarily within the NAVFAC Atlantic Area of Responsibility. The contract, identified as N6247023R9002, encompasses a range of services including operational support, logistics management, facility condition assessments, and energy efficiency surveys, with a total contract value of up to $60 million over a maximum term of five years. This procurement is critical for enhancing the efficiency and effectiveness of public works services, ensuring compliance with regulations, and promoting small business participation through subcontracting commitments. Proposals are due by 2:00 PM on October 2, 2024, and interested parties can contact Weston Polen at weston.c.polen.civ@us.navy.mil or Amber Forehand-Hughes at amber.l.forehand-hughes.civ@us.navy.mil for further information.
    C1DA--VISN 1 Engineering Services Multiple Award IDIQ Request for Qualifications (SF-330)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified engineering firms to provide professional engineering services through a Multiple Award Indefinite-Delivery Indefinite-Quantity (IDIQ) contract for facilities located within the Veterans Integrated Service Network 1 (VISN-1). The objective is to secure comprehensive engineering services, including planning, design, and construction management for various projects, with individual task orders valued between $2,000 and $5,000,000, and a total contract capacity of $10 million over five years. These services are crucial for maintaining and upgrading the infrastructure of VA medical centers, ensuring compliance with federal standards and enhancing the quality of care for veterans. Interested firms must submit their qualifications via SF 330 forms by 4:00 PM EST on October 21, 2024, and can direct inquiries to Contract Specialist Paige Pearson at paige.pearson@va.gov.
    Z--Maintenance and Repair Multiple Award Construction Contracts
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE (DEPT OF THE NAVY) is seeking Maintenance and Repair Multiple Award Construction Contracts primarily at Marine Corps Base Camp Lejeune and Marine Corps Air Station New River, North Carolina and surrounding areas. The contracts will cover a diverse range of general maintenance and repair construction services for small work requirements. These services are typically used to correct or repair situations including structural, mechanical, plumbing, electrical, civil, grounds, road, pavement work, communication systems, new construction, demolition flooring, painting, etc. The estimated project size is between $5,000 - $150,000, but projects of lower or higher value may be issued. The buildings and facilities that require maintenance and repair include administrative, industrial, warehouses, maintenance, communications, schools/training/education, personnel support, recreational, food services, training areas/ranges, roads, systems, utility infrastructure, etc. The work will primarily be performed at Marine Corps Base Camp Lejeune, with the possibility of work in other areas within NAVFAC Mid-Atlantic's AORs. This procurement is a 100 percent small business set-aside and will utilize FAR Part 15 Contracting by Negotiation. The contract term will be a base period of one year plus four option years. The completion date for the seed project is 120 days after award. Interested offerors can view and download the solicitation and any attachments at https://www.neco.navy.mil/ when it becomes available. Offerors are required to submit a bid bond of $3,000,000/20% of the amount for Davis Bacon Act (DBA) work. This procurement was set aside for small businesses based on market research analysis and the concurrence of the NAVFAC Mid-Atlantic small business office.
    Architectural and Engineering Services for IBO Long Range Planning
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Air Warfare Center Weapons Division (NAWCWD), is seeking qualified architect-engineering firms to provide long-range planning and infrastructure planning engineering services at Naval Air Weapons Station China Lake and Naval Base Ventura County, including Point Mugu and San Nicolas Island. The objective is to support military construction projects, major repair projects, and recapitalization efforts by delivering engineering subject matter expertise, coordinating with stakeholders, and assisting in project design across various engineering disciplines. This procurement is crucial for enhancing the operational readiness and sustainability of military infrastructure, with interested businesses required to submit a Market Research Questionnaire by 10:00 AM PST on September 25, 2024, to the Contract Specialist, Theresa Lee, at seunghwa.t.lee.civ@us.navy.mil.
    C--ACAD AND SACR A&E IDIQ
    Active
    Interior, Department Of The
    The National Park Service (NPS) is seeking qualified small business architectural and engineering (A&E) firms for a single award Indefinite Delivery Indefinite Quantity (IDIQ) contract focused on providing services for Acadia National Park and St. Croix Island International Historic Site in Maine. The procurement emphasizes compliance with the Federal Acquisition Regulation (FAR) and requires firms to have licensed personnel in relevant disciplines, with key services including multi-disciplinary design, planning, construction documentation, and adherence to sustainable design principles. This contract, valued at a maximum of $10 million over its potential five-year duration, aims to enhance visitor infrastructure while ensuring environmental stewardship and cultural resource protection. Interested firms must submit their qualifications electronically by September 25, 2024, and can contact Janice Boscoe at janiceboscoe@contractor.nps.gov for further information.
    Y--firm-fixed-price (FFP) Design-Build/Design-Bid-Build (DB/DBB) Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC), MCB CamLej, MCAS Cherry Point and MCAS New River
    Active
    Dept Of Defense
    Presolicitation notice from the Department of Defense, Department of the Navy, and NAVFACSYSCOM MID-ATLANTIC for a Firm-Fixed-Price (FFP) Design-Build/Design-Bid-Build (DB/DBB) Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC). The contract aims to assist in the execution of the FY2019 through FY2021 Military Construction (MILCON) program and address the extensive damage caused by Hurricane Florence in September 2018. The contract will cover construction projects primarily in the Marine Corps Base Camp Lejeune, Marine Corps Air Station Cherry Point, and Marine Corps Air Station New River areas of responsibility. The projects will include new construction, demolition, repair, alteration, and renovation of various types of facilities such as administrative, industrial, maintenance, warehouses, communications, personnel support, recreation, lodging, medical, training, ranges, and roads. The contract will have a duration of one year with four one-year option periods and a total estimated construction cost not to exceed $975,000,000. The solicitation will be issued on or about May 13, 2019, and will be listed as N40085-19-R-9048 on the Navy Electronic Commerce Online website (NECO). Prospective offerors must be registered in the System for Award Management (SAM) to do business with the federal government. For more information, contact Holly Snow at holly.snow@navy.mil.