A-E IDIQ Waterfront Engineering Services
ID: N6247323R5201Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVFACSYSCOM SOUTHWESTSAN DIEGO, CA, 92132-0001, USA

PSC

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

    Solicitation Notice: DEPT OF DEFENSE - DEPT OF THE NAVY

    The Department of Defense, specifically the Department of the Navy, is seeking Waterfront Engineering Services through an unrestricted procurement. These services will be used for on shore or in and above water related facilities at various military installations located in the NAVFAC Southwest Area of Responsibility (AOR), including California, Arizona, Nevada, Colorado, New Mexico, Utah, and potentially worldwide. The majority of the work is expected to be in Southern California.

    The procurement will result in one Indefinite Delivery/Indefinite Quantity (IDIQ) contract for Waterfront Architect-Engineering (AE) services. The contract will have a base period of two years and one three-year option period, totaling five years. The maximum fee for the contract term is $50,000,000, with a guaranteed minimum of $5,000.

    The primary A-E services required include preparing Waterfront Engineering Requests for Proposal (RFPs) for Design-Build projects, preparing Waterfront Engineering Design-Bid-Build (DBB) construction contract packages, conducting technical reviews, and providing support and coordination of various technical disciplines.

    Secondary A-E services required include preparation of planning and programming related documents, Post Construction Award Services (PCAS), addressing hazardous materials, and addressing constructability issues.

    Firm-fixed price task orders will be negotiated under this contract, with a minimum value of $5,000 and a maximum value of $5,000,000 per task order. Multiple task orders may be awarded with similar completion schedules and overlapping delivery dates. The estimated start date for the contract is July 2024.

    For more information, please contact Jonathan Eckel at jonathan.f.eckel.civ@us.navy.mil or 619-705-4642, or Harold Hayes at harold.w.hayes10.civ@us.navy.mil or 619-705-4646.

    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Indefinite Delivery Contract (IDC), Multiple Award Task Order Contract (MATOC) for Architect-Engineering (A-E) Services for Hydrologic and Hydraulic Engineering ($49M), supporting Civil Works Projects, Sacramento District (SPK), South Pacific Division (SP
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is seeking qualified architect-engineering firms for an Indefinite Delivery Contract (IDC) to provide hydrologic and hydraulic engineering services, with a total shared capacity of $49 million. The contract will support Civil Works projects primarily for the Sacramento District and other districts within the South Pacific Division, focusing on tasks such as reservoir modeling, flood risk management, and hydraulic analysis. This procurement is critical for enhancing water management and flood control systems, ensuring effective responses to hydrometeorological challenges. Interested firms should prepare for a solicitation release on or about September 25, 2024, and may contact Aurielle Ruiz at aurielle.ruiz@usace.army.mil or Barton Kirkpatrick at barton.t.kirkpatrick@usace.army.mil for further information.
    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.
    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.
    F--099 All Other Professional, Scientific, and Technical Service
    Active
    Dept Of Defense
    Presolicitation notice from the Department of Defense, specifically the Department of the Navy, for natural resource services at various locations within Naval Facilities Engineering Command, Southwest's area of responsibility. The services include biomonitoring, inventorying, surveying, mapping, and related technical data and reports in compliance with applicable Department of Defense, Department of Navy, and federal, state, and local statutes and regulations. The procurement is a 100% Small Business set-aside with the intent to award no more than four Firm-Fixed Price, multiple award contracts. The contracts will be for a two-year base period and a three-year option period, with a minimum guarantee of $5,000. The aggregate value of task orders issued under the contracts will not exceed $30,000,000. The solicitation will be available electronically and the issue date is expected to be on or about March 19, 2019, with a closing date for receipt of proposals on April 18, 2019. The primary contact for this solicitation is Penny Brown, Contract Specialist.
    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-engineer services focused on mechanical and electrical design within the Hampton Roads area of Virginia. The procurement aims to acquire specialized design and engineering services to support various federal construction projects, emphasizing the importance of quality control, project management, and compliance with federal and regional regulations. The contract is valued at approximately $40 million over five years, with a guaranteed minimum of $5,000, and interested firms must submit their proposals electronically via the PIEE Solicitation Module by September 9, 2024. For further inquiries, potential bidders can contact Kristy Gerrek at kristy.gerrek@navy.mil or Amanda Bricker at amanda.bricker@navy.mil.
    IDIQ MACC FOR NEW CONSTRUCTION, RENOVATION, AND REPAIR OF WET UTILITIES PROJECTS AT VARIOUS GOVERNMENT INSTALLATIONS LOCATED IN CA, AZ, NV, UT, CO, AND NM
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command Southwest (NAVFACSYSCOM), is soliciting proposals for a Multiple Award Construction Contract (MACC) focused on new construction, renovation, and repair of wet utilities projects across various government installations in California, Arizona, Nevada, Utah, Colorado, and New Mexico. This procurement is a total small business set-aside and will utilize a two-phase design-build selection process, aiming to award approximately five or more Indefinite Delivery Indefinite Quantity (IDIQ) contracts for projects that may include water, steam, wastewater, storm sewer systems, and related infrastructure. The estimated maximum value of the contracts is $249 million, with task orders ranging from $300,000 to $20 million, and a minimum guarantee of $5,000 for each awardee. Interested contractors should contact Shane Mahelona at shane.k.mahelona.civ@us.navy.mil or Harold Hayes at harold.w.hayes10.civ@us.navy.mil for further details, and must monitor the solicitation website for updates and amendments.
    ENVIRONMENTAL RESTORATION A-E, NAVFAC NW
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC) Northwest, is seeking qualified architect-engineering firms to provide environmental restoration services under a firm fixed-price Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract. The contract, with a maximum potential value of $50 million over a five-year term, aims to address various environmental restoration projects primarily in Washington, but also across several states including Alaska, Idaho, and Montana. Interested firms, particularly certified small businesses such as HUBZone, 8(a), SDVOSB, and Woman-Owned entities, must submit a capabilities statement detailing their experience, personnel qualifications, and capacity to perform the required services by September 18, 2024. For further inquiries, interested parties can contact Charlie McAvoy at charles.l.mcavoy.civ@us.navy.mil or Kimberly A. Gillette at kimberly.a.gillette4.civ@us.navy.mil.
    N62473-24-R-3210 Pre-Solicitation Notice
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command Southwest (NAVFAC SW), is issuing a pre-solicitation notice for a competitive contract titled N62473-24-R-3210. This opportunity involves a 100% small business set-aside for a firm-fixed price, indefinite delivery-indefinite quantity (IDIQ) base operating support contract at Naval Base Coronado, California, focusing on facilities support services. The contract is crucial for maintaining operational readiness and ensuring the effective management of facilities operations, including housekeeping services. Interested small businesses should contact Christine Roundy at christine.a.roundy.civ@us.navy.mil or 619-705-4937, or Christopher Jennen at christopher.j.jennen.civ@us.navy.mil or 619-705-4920 for further details.
    Y--P-440 REPLACEMENT OF NAVAL PIER 8, NAVAL BASE SAN DIEGO, SAN DIEGO, CA
    Active
    Dept Of Defense
    Sources Sought - DEPT OF DEFENSE, DEPT OF THE NAVY is seeking small business concerns for the design-build construction project to replace Naval Pier 8 at Naval Base San Diego, CA. The project involves the construction of a pile supported reinforced concrete pier with utilities, information systems, and anti-terrorism/force protection measures. The estimated contract price range is between $25,000,000 and $100,000,000. Interested sources are requested to provide contractor information, type of business, bonding capacity, and experience in constructing waterfront ship berthing structures. Responses are due by September 17, 2018.
    Carrier Engineering Maintenance Assist Team (CEMAT) and Surface Engineering Maintenance Assist Team (SEMAT)
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Sea Systems Command (NAVSEA), is conducting market research for the Carrier Engineering Maintenance Assist Team (CEMAT) and Surface Engineering Maintenance Assist Team (SEMAT) contract, aimed at providing essential engineering and technical support for the maintenance of U.S. Navy Aircraft Carriers and Surface Ships. This contract will focus on executing work on CVN 68 and CVN 78 Class Aircraft Carriers, ensuring operational readiness through comprehensive maintenance, repair, and training for Ship's Force equipment operators and maintenance technicians. The anticipated contract, expected to be awarded in FY2026, will span five years and is intended to support various maintenance efforts, including Refueling Complex Overhauls and emergent repairs, with operations primarily based in locations such as Norfolk, VA, and San Diego, CA. Interested parties should submit their responses by 2:00 PM (EST) on September 30, 2024, to the designated contacts, Sakeena Siddiqi and Jason Chan, via the provided email addresses.