ARCHITECT/ENGINEERING SERVICES FOR ENVIRONMENTAL INVESTIGATIONS, PERMIT APPLICATIONS AND RELATED STUDIES AT VARIOUS NAVY AND MARINE CORPS ACTIVITIES, PACIFIC BASIN AND INDIAN OCEAN AREAS
ID: N6274226R1803Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVFACSYSCOM PACIFICJBPHH, HI, 96860-3134, USA

NAICS

Engineering Services (541330)

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 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.

    Files
    Title
    Posted
    This government file, N62742-26-R-1803, is an Information Summary Matrix designed for companies bidding on Architect-Engineer (A-E) Services within the NAVFAC PACIFIC Area of Responsibility, primarily Hawaii and other Pacific areas. It requests detailed company information, including legal name, address, small business status with certification expiration dates, years in business, SAM registration details (UEI and CAGE numbers), and average annual receipts and in-house workforce for 2022-2024. The matrix also requires projected revenue for 2024-2025, current and maximum lines of credit, and a description of compliance with FAR 52.219-14 (Limitations on Subcontracting). A significant portion of the document focuses on past project experience, asking for up to 15 projects completed within the last three years that demonstrate A-E technical expertise, adherence to regulatory requirements, and specific service categories (e.g., water/wastewater management, environmental studies). Finally, it seeks information on proposed key personnel, including their qualifications and prior projects, and a breakdown of prime contract personnel by discipline available for the project.
    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
    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 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
    Buyer not available
    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.
    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 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.
    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 across 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 supporting projects related to the Defense Policy Review Initiative and other cultural resource management needs. The services required include a wide range of archaeological and architectural history surveys, data recovery, and compliance with federal regulations, emphasizing the importance of preserving cultural heritage in military operations. The total contract value is capped at $70 million over a maximum term of 90 months, with a minimum guarantee of $3,500 for each awardee. 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.
    Guam/JRM AE IDIQ
    Buyer not available
    The Department of Defense, through the Air Force, is seeking small business architect-engineer firms for a Multiple Award Task Order Contract (MATOC) for Architect-Engineering (A-E) Services at Andersen Air Force Base in Guam. The contract, with a total ceiling of $930 million, will support Facility Sustainment, Restoration, and Modernization (FSRM) and Military Construction (MILCON) projects, encompassing both Title I (design and planning) and Title II (construction support) services. This opportunity is significant for firms specializing in engineering services, as it emphasizes climate-informed design and construction practices to enhance mission resilience. Interested firms must submit questions by December 15, 2025, with the final submission deadline for SF330 forms set for January 30, 2026; inquiries should be directed to Samuel Mendez at samuel.mendez@us.af.mil.
    Multimedia Environmental Compliance Services with an Emphasis on Fuel Storage Tanks/Spill, Air Quality, and Waste/Materials
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC) Washington, is seeking qualified small businesses to provide Multimedia Environmental Compliance Services, focusing on Fuel Storage Tanks, Spill Management, Air Quality, and Waste/Materials. The contract will encompass a full range of environmental compliance services, ensuring adherence to various federal, state, and local regulations, and will be executed as an Indefinite-Delivery/Indefinite Quantity (IDIQ) contract with firm-fixed price task orders. The total contract value is anticipated to reach a maximum of $45 million over a five-year period, with a minimum guarantee of $50,000, and the Request for Proposals (RFP) is expected to be posted on or around January 7, 2026. Interested firms must register on the Procurement Integrated Enterprise Environment (PIEE) website and the System for Award Management (SAM) database to participate in the procurement process.
    Hazardous Waste Testing
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors for hazardous waste testing services at Schofield Barracks, Hawaii. The procurement involves comprehensive services for hazardous waste sampling, testing, packaging, and transportation to accredited laboratories, adhering to strict environmental regulations and safety standards. This contract is crucial for ensuring compliance with OSHA, EPA, and other regulatory requirements, and includes a Base Year plus four Option Years for performance. Interested small businesses must submit inquiries via email to Travis Tonini at travis.c.tonini.civ@army.mil, with the solicitation anticipated to be issued around December 23, 2025.
    INDEFINITE DELIVERY CONTRACT FOR ARCHITECT AND ENGINEERING (A-E) SERVICES FOR TOPOGRAPHIC AND HYDROGRAPHIC SURVEYING AND MAPPING SERVICES TO SUPPORT THE CARIBBEAN DISTRICT AND USACE
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Caribbean District, is seeking qualified small business firms to provide architect and engineering (A-E) services for topographic and hydrographic surveying and mapping. The contract aims to support various civil works projects within the geographic boundaries of Puerto Rico and the Antilles, including tasks such as property boundary surveys, geodetic control surveys, and inland hydrographic surveying. This Indefinite Delivery, Indefinite Quantity contract will have a maximum order limit of $5 million over a potential five-year period, with responses due to the primary contact, Katrina Chapman, at katrina.l.chapman@usace.army.mil by the specified deadline. Interested firms are encouraged to submit a Statement of Capability detailing their experience, equipment, and past performance relevant to the required services.