Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 13, 2025 SAM #8600
SOLICITATION NOTICE

C -- N40085-24-R-2749, INDEFINITE DELIVERY/INDEFINITE QUANTITY (IDIQ) CONTRACT FOR UTILITY INFRASTRUCTURE PROJECTS ARCHITECT & ENGINEERING (A&E) SERVICES, LOCATED IN NAVFAC MID-ATLANTIC AREA OF RESPONSIBILITY (AOR)

Notice Date
6/11/2025 8:36:06 AM
 
Notice Type
Presolicitation
 
Contracting Office
NAVFACSYSCOM MID-ATLANTIC NORFOLK VA 23511-0395 USA
 
ZIP Code
23511-0395
 
Solicitation Number
N4008524R2749
 
Response Due
6/25/2025 11:00:00 AM
 
Archive Date
07/10/2025
 
Point of Contact
Scott Schulz, Phone: 7573410082, John Bishop, Phone: 7573411979
 
E-Mail Address
scott.c.schulz.civ@us.navy.mil, john.p.bishop23.civ@us.navy.mil
(scott.c.schulz.civ@us.navy.mil, john.p.bishop23.civ@us.navy.mil)
 
Description
Solicitation Number: N40085-24-R-2749 This notice does NOT constitute a request for proposal, request for quote, or invitation for bid. The intent of this pre-solicitation synopsis is to make notice of a proposed contract action for performing construction services for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract for Utility Infrastructure Projects Architect & Engineer (A&E) Services, NAVFAC Mid-Atlantic North AOR. PROJECT DESCRIPTION: This procurement will result in one Indefinite Delivery/Indefinite Quantity (IDIQ) contract for Utility Infrastructure Projects Architect & Engineer (A&E) Services as required for construction, repair, replacement, demolition, alteration, and improvements, for Military Construction (MILCON) facilities and Special Projects with an emphasis on waterfront construction primarily in the NAVFAC Mid-Atlantic North AOR but may also include work worldwide. These services will be procured in accordance with 40 USC Chapter 11, Selection of Architects and Engineers, as implemented by FAR Subpart 36.6. The IDIQ contract shall be for a five-year ordering period, not to exceed 60 months. The total fee for the contract term shall not exceed $95,000,000. The guaranteed minimum for the contract term is $5,000. Firm-fixed price task orders will be negotiated for this contract. There will be no dollar limit per task order and no dollar limit per year. Estimated start date is December 2025. This proposed contract is being solicited on an UNRESTRICTED basis. The Small Business size standard classification is North American Industrial Classification System (NAICS) Code 541330 � Engineering Services, and the Small Business Size Standard is $25,500,000. The Government seeks the most highly qualified firm to perform the required services, based on the demonstrated competence and qualifications, in accordance with the selection criteria. The Sources Sought notice was published to Contract Opportunities on 21 June 2024 and closed 10 July 2024, seeking eligible small business sources, certified 8(a), HUBZone Small Businesses, Service-Disabled Veteran-Owned Small Businesses (SDVOSB), and Women-Owned Small Businesses (WOSB). The Government invited Contractors with the recent, relevant experience necessary to meet or exceed the stated requirements to submit to the Contracting Officer a capabilities package, to include the Sources Sought Contractor Information Form, Sources Sought Project Information Form, and Sources Sought Project Matrix, provided as attachments to the notice. In addition to posting the Sources Sought Notice on SAM.gov, the Contract Specialist attempted contact with representatives from APEX Accelerator and SBA Commercial Marketing via email on 06 November 2024, requesting assistance with providing a list of additional small businesses that match the Sources Sought Notice requirement. No additional sources were provided by APEX Accelerator or SBA Commercial Market Representatives. The Contract Specialist also provided the Sources Sought Notice and DSBS Search Results to SBA Procurement Center Representative Rosetta Jackson. No additional firms were recommended for market research. Based on the market research conducted for this procurement and in accordance with FAR 19.501(c), the Contracting Officer has determined that there is not a reasonable expectation that an adequate number of Small Business firms would respond to or be qualified to perform the requirements of this solicitation. Successful award and completion of the requirements can be achieved by soliciting the contract as ""Unrestricted"" for full and open competition. A DD2579 Small Business Coordination Record was approved by the NAVFAC MIDLANT Small Business Professional on 01 January 2025. On 01 January 2025, the Small Business Administration (SBA) Procurement Center Representative (PCR) concurred with this recommendation. The specifications for this project will be posted with the synopsis and are not available at this time. The solicitation will be issued by NAVFAC Mid-Atlantic, CON21 on or about 25 JUNE 2025. The solicitation number will be N40085-24-R-2749. All documents will be in Adobe PDF file format and downloadable from the PIEE and Sam.gov website. The official address to the synopsis is https://piee.eb.mil and https://www.sam.gov under �contract opportunities� when it becomes available. Contractors are encouraged to register for the synopsis when downloading from the website. Only registered contractors will be notified by email when amendments to the synopsis are issued. A free Acrobat Reader, required to view the PDF files, can be downloaded from the Adobe website. IMPORTANT NOTICE: All prospective offerors must be registered in the System for Award Management (SAM). You must have an active registration in SAM to do business with the federal government. For additional information, go to https://www.sam.gov. Questions regarding this notice should be directed to Scott Schulz at scott.c.schulz.civ@us.navy.mil
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/8cdf87f429a24c6cbd1664dab2161738/view)
 
Place of Performance
Address: Mechanicsburg, PA, USA
Country: USA
 
Record
SN07473381-F 20250613/250611230040 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.