SIOP Mid-Atlantic Regional IDIQ
ID: N6247024R0050Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVFACSYSCOM ATLANTICNORFOLK, VA, 23508-1278, USA

NAICS

Engineering Services (541330)

PSC

ARCHITECT AND ENGINEERING- GENERAL: OTHER (C219)
Timeline
    Description

    The US Navy seeks experienced firms for the SIOP Mid-Atlantic Regional IDIQ contract, an indefinite delivery, indefinite quantity arrangement. Primarily focused on architecture and engineering services, this $150 million contract supports infrastructure improvements in naval shipyards across the Mid-Atlantic region. It emphasizes the expertise and qualifications of key personnel, with resumes forming a critical part of the evaluation process. Firms have until 2pm on August 22, 2024, to submit detailed proposals, while a Past Performance Questionnaire assists in evaluating the suitability of potential vendors.

    Files
    Title
    Posted
    Amendment 0001 for N62470-24-R-0050 stipulates that firms must respond by 2:00 PM local time in Norfolk, VA, on 14 August 2024, to be considered.
    Amendment 0002 to N62470-24-R-0050 includes revised synopsis and responses to pre-proposal inquiries, clarifying roles and documentation required for key personnel and their experience. Key revisions involve moving specific criteria to Section H, clarifying project experience timelines, and confirming the primary evaluation location as Norfolk Naval Shipyard, Portsmouth, VA. Additionally, the amendment addresses the organization of scoring criteria and the role definitions related to key personnel submissions.
    Amendment 0003 to N62470-24-R-0050 is issued to update the synopsis.
    The amendment to Sources Sought N6247024R0050 clarifies that the requested history should be limited to the past 10 years. Additionally, Attachment 1 has been corrected to accept all revisions.
    The NAVFAC/USACE Past Performance Questionnaire (Form PPQ-0) is a structured document requiring contractors to fill out specific contract information and describe their performance, while clients evaluate contractor performance through ratings across various categories. The evaluation includes ratings on quality, timeliness, customer satisfaction, management, financial management, safety/security, and general compliance, allowing clients to provide detailed feedback on the contractor's execution and cooperation. The client must submit the completed questionnaire directly to the contractor or NAVFAC for inclusion in proposals, with the government reserving the right to verify the information.
    The document outlines the requirements for a Small Business Subcontracting Plan as mandated by Federal Acquisition Regulations (FAR) 19.704, designed for large businesses participating in federal contracts. It includes guidelines for establishing subcontracting goals for various categories of small businesses, detailing the process for submissions, assessments, and compliance monitoring. Additionally, it specifies the record-keeping requirements and the duties of personnel responsible for administering the subcontracting program to ensure equitable opportunities for small business participation.
    The Commercial Vehicle Inspection (CVI) station for deliveries to the Lafayette River Annex (LRA) and NAVFAC Atlantic is located at the Naval Support Activity (NAVSUPPACT), Hampton Roads, accessible via the Meredith Street Gate. Inspections are mandatory for all commercial delivery vehicles from Monday to Friday, 0600-1500, and vehicles not inspected will be denied access. For questions, contact NAVFAC Atlantic Security representatives, including Steven K. Anderson and Iris Gholston.
    The document is a sources sought notice for the SIOP Mid-Atlantic Regional IDIQ, requesting firms to provide detailed information about their capabilities and qualifications. It includes a capabilities questionnaire covering various sections such as general business information, type of business, experience in executing architectural and engineering projects for the U.S. Government, and contractor arrangements. Firms are asked to respond comprehensively to assessments of their qualifications and experience in military construction projects and other related services.
    The document is a "Sources Sought" information form designed for contractors to submit relevant project experience related to a specific announcement, allowing for the submission of up to five projects. Each submission is limited to two pages and requires detailed information such as the contractor's name, project specifics, contract details, completion dates, and the nature of the work performed. The form must remain unchanged in content to ensure compliance with required formats.
    The N62470-24-R-0050 procurement seeks to establish an Indefinite Delivery/Indefinite Quantity (IDIQ) contract for multi-discipline Architect-Engineer (AE) services primarily for projects in the Mid-Atlantic region, supporting the Shipyard Infrastructure Optimization Program, valued at up to $150 million over a five-year contract period. Interested firms must submit a Standard Form SF-330, illustrating their qualifications, past performance, and relevant experience by July 31, 2024, and are subject to selection criteria focused on specialized experience, professional qualifications, and sustainability practices. The contract is open for unrestricted competition, inviting large and small businesses to participate, and emphasizes compliance with Small Business Subcontracting goals.
    The N62470-24-R-0050 solicitation calls for the submission of SF-330 Architect-Engineer qualifications for an IDIQ contract offering multi-discipline AE services primarily in the Mid-Atlantic region, supporting various Naval Facilities Engineering Systems Command projects with a ceiling of $150 million and a guaranteed minimum of $10,000 over a one-year base period and four optional years. Firms will be evaluated based on specified criteria including specialized experience, professional qualifications, past performance, and commitment to small business, with a proposal submission deadline of August 14, 2024. Interested parties must comply with registration requirements and adhere to detailed submission guidelines for evaluation.
    The document outlines a solicitation for an Indefinite Delivery/Indefinite Quantity (IDIQ) Architect-Engineer (AE) services contract, primarily for projects in the Mid-Atlantic region, with a maximum contract fee of $150 million over five years. Interested firms must submit a Standard Form SF-330 demonstrating qualifications, including specialized experience, professional qualifications, and past performance, with a focus on engineering services for military waterfront facilities. The submission deadline is August 22, 2024, and includes specific provisions for small business participation and registration requirements.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    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.
    IDIQ Contract for A-E MEP Services Primarily Located in the Marine Corps AOR
    Active
    Dept Of Defense
    The Department of Defense, through the NAVFAC Mid-Atlantic office, is seeking qualified architect-engineer firms for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract focused on Mechanical, Electrical, and Plumbing (MEP) services primarily within the Marine Corps Area of Responsibility (AOR). The contract aims to provide multi-discipline engineering services for construction, repair, replacement, demolition, alteration, improvements, and maintenance execution projects at various Marine Corps facilities in North Carolina and South Carolina. With a total contract value not exceeding $60 million over a five-year term, interested firms must submit their qualifications and past performance evaluations by the extended deadline of September 23, 2024. For further inquiries, potential bidders can contact Brittany Cristelli at brittany.cristelli@navy.mil or by phone at 757-341-1978.
    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.
    INDO-PACIFIC MULTIPLE AWARD CONSTRUCTION CONTRACT FOR PROJECTS IN THE NAVFAC PACIFIC AREA OF OPERATIONS
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command Pacific (NAVFAC Pacific), is soliciting proposals for an Indefinite Delivery, Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC) to support various construction projects in the Indo-Pacific region, particularly under the Pacific Deterrence Initiative. The contract will encompass a wide range of construction services, including design-build projects for new facilities, renovations, and upgrades across multiple countries, including the Philippines, Australia, and Vietnam, with a maximum aggregate value of $990 million over a performance period not exceeding eight years. This initiative is crucial for enhancing military infrastructure and operational capabilities in the region, ensuring compliance with U.S. and local regulations. Interested contractors must submit their proposals by September 10, 2024, and can direct inquiries to Adele Murakami at adele.m.murakami.civ@us.navy.mil or Ann Saki-Eli at ann.h.sakieli.civ@us.navy.mil.
    INDEFINITE DELIVERY INDEFINITE QUANTITY CONTRACT FOR ARCHITECT-ENGINEER SERVICES FOR VARIOUS ELECTRICAL ENGINEERING PROJECTS AND RELATED SERVICES AT VARIOUS LOCATIONS IN ALL AREAS UNDER COGNIZANCE OF NAVAL FACILITIES ENGINEERING COMMAND, PACIFIC
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Pacific (NAVFAC Pacific), is seeking qualified architect-engineer firms for an Indefinite Delivery Indefinite Quantity (IDIQ) contract to provide multi-discipline architect-engineer services for various electrical engineering projects. The contract will encompass a range of services including engineering studies, preparation of contract documents, and post-construction services, with a total contract value not exceeding $249 million over a base period of one year and four optional years. This procurement is crucial for supporting electrical facility projects across various locations, primarily within the Pacific region, and aims to enhance the capabilities of the Navy's infrastructure. Interested firms must submit their qualifications via the SF-330 form by 2:00 PM Hawaii Standard Time on September 12, 2024, and can direct inquiries to Michelle Gopwani-Lee at michelle.m.gopwani-lee.civ@us.navy.mil.
    Personnel and Pay Integration and Sustainment
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Information Warfare Systems Command (NAVWAR), is seeking proposals for the Personnel and Pay Integration and Sustainment requirement, aimed at maintaining and enhancing the Navy's manpower and personnel systems. This procurement involves the operation, sustainment, and integration of the Navy Standard Integrated Personnel System (NSIPS) with pay capabilities, ensuring compliance with cybersecurity regulations and providing essential support services. The anticipated contract will be an Indefinite Delivery/Indefinite Quantity (ID/IQ) contract with a total ceiling of $338 million, and proposals are expected to be submitted by August 1, 2024, with an award anticipated in March 2025. Interested parties can direct inquiries to Contract Specialist Virginia Boyanton at virginia.s.boyanton.civ@us.navy.mil or by phone at 407-380-4440.
    PACIFIC DETERRENCE INITIATIVE MULTIPLE AWARD CONSTRUCTION CONTRACT, VARIOUS LOCATIONS, INDO-PACIFIC
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Pacific (NAVFAC Pacific), is soliciting proposals for the Pacific Deterrence Initiative Multiple Award Construction Contract (PDI MACC) aimed at supporting various construction projects across the Indo-Pacific region. This procurement seeks to award multiple Indefinite Delivery Indefinite Quantity (IDIQ) contracts, with a total value of up to $15 billion, for a range of construction services including design-build and renovation of military facilities such as wharves, runways, and fuel storage. The initiative underscores the U.S. government's commitment to enhancing military infrastructure and readiness in strategic locations, with task orders expected to range from $20 million to $2 billion. Interested contractors must submit their proposals by September 25, 2024, and can direct inquiries to Jennifer Hue at jennifer.m.hue.civ@us.navy.mil or Erin Hoe at erin.y.hoe.civ@us.navy.mil.
    Marine Boatyard Repair and Maintenance Support LOT I for the Mid-Atlantic Regional Maintenance Center
    Active
    Dept Of Defense
    The U.S. Navy's Mid-Atlantic Regional Maintenance Center (MARMC) seeks bids for Marine Boatyard Repair and Maintenance Support LOT I. The solicitation, N50054-24-R-0007, is a Total Small Business Set-Aside procurement for a fixed-price contract. MARMC requires comprehensive support for naval vessel repairs and maintenance, including quick response, alterations, and periodic support within the Hampton Roads Area, primarily Norfolk, Virginia. Security measures, work templates, and past performance assessments are key components. Contractors must provide resources and materials while adhering to stringent quality and safety standards. Vital to national defense, the maintenance and repair of US Naval ships necessitate efficient, flexible support, especially within the critical Mid-Atlantic region. The selected contractor will play a pivotal role in ensuring naval operational readiness. The contract, with a five-year evaluated price of around $19.7 million, is anticipated to have a base year, followed by four one-year extensions. Interested parties should register on the PIEE solicitation module for detailed requirements and submission instructions.
    Y--IDIQ MULTIPLE AWARD CONSTRUCTION CONTRACT FOR FACILITIES PRIMARILY LOCATED WITH THE AREA OF RESPONSIBILITY OF NAVFAC MIDLANT,PWD NEW LONDON,CT AND PWD,NEWPORT, RI.
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE is seeking an 8(a) set-aside Design-Build / Design-Bid-Build Indefinite Delivery Indefinite Quantity (IDIQ) Firm Fixed Price Multiple Award Construction Contract (MACC) for activities within the mid-Atlantic region of the United States including support to Naval Submarine Base New London, CT and Naval Station Newport, RI. The contract is limited to certified 8(a) firms and has a duration of one year with four one-year option periods. The estimated construction cost for all contracts is not to exceed $95,000,000.00 for the life of the contract. The initial project to be awarded is miscellaneous repairs to Naval Submarine Support Facility Buildings at Naval Submarine Base New London, CT. The NAICS Code is 236220.
    Indefinite Delivery/Indefinite Quantity (IDIQ) Design-Build/Design-Bid-Build (DB/DBB) Multiple Award Construction Contract (MACC) for U.S. Navy Support Facility, Diego Garcia, British Indian Ocean Territory (B.I.O.T.)
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Navy, is soliciting proposals for an Indefinite Delivery/Indefinite Quantity (IDIQ) Design-Build/Design-Bid-Build (DB/DBB) Multiple Award Construction Contract (MACC) for the U.S. Navy Support Facility located in Diego Garcia, British Indian Ocean Territory. This procurement aims to establish a MACC that will facilitate task orders for various construction projects, including new construction, renovations, and routine maintenance, primarily focused on general building types. The contract will span a five-year base period with an option for an additional three years, allowing for a total duration of up to eight years and a maximum aggregate value of $1.5 billion, with task orders ranging from $150,000 to $50 million. Interested parties should note that operations and construction contracts for this facility are restricted to joint ventures between U.S. and U.K. firms, unless no qualified offers are received. For further inquiries, contact Janeen Bais at janeen.m.bais.civ@us.navy.mil or Kyong Yu at kyong.h.yu2.civ@us.navy.mil.