A&E Services NSWCDD
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of the Navy, NSWC Dahlgren, is soliciting for Architect-Engineering (A-E) Services under an Indefinite Delivery/Indefinite Quantity (IDIQ) contract. This Total Small Business Set-Aside opportunity will support facility repairs and renovations at the Naval Surface Warfare Center, Dahlgren Division (NSWCDD), Wallops Island, VA, the Naval Observatory, Washington, D.C., and the Pumpkin Neck Annex Experimental Explosives Area in King George, VA. Submissions are due April 3, 2026, at 2:00 PM EST.
Scope of Work
This acquisition requires multi-discipline A-E services for planning, design, renovation, repair, replacement, demolition, alteration, and improvement of facility/infrastructure projects. Services encompass a wide range of disciplines including structural, civil, mechanical, electrical, architectural, planning, environmental, fire protection, cost estimating, and geotechnical. Specific tasks may include developing Design-Bid-Build (DBB) and Design-Build (DB) packages, cost estimates, condition assessments, surveying, engineering evaluations, and construction support. All work must comply with applicable Navy and local instructions, processes, and procedures, including DoD Unified Facilities Criteria (UFC).
Contract Details
- Contract Type: Indefinite Delivery/Indefinite Quantity (IDIQ)
- Period of Performance: Single five-year ordering period
- Maximum Contract Value: $23,355,018
- Guaranteed Minimum: $500 (satisfied by initial task order)
- Task Orders: Firm-Fixed-Price (FFP)
- Estimated Award Date: January 2027
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS Code: 541310, Architectural Services (Small Business Size Standard: $12,500,000)
Submission & Evaluation
Firms must submit a completed SF 330 package via email by the deadline. The SF 330 requires detailed information on contract-specific qualifications (team, key personnel resumes, example projects) and general firm qualifications. Evaluation will be based on Technical factors (Specialized Experience, Professional Qualifications, Quality Control, Program Management, Firm Location, Volume of Work) and Past Performance. Key personnel, including a Project Manager, Senior Architect, and various Senior Engineers (Civil, Structural, Mechanical, Electrical, Fire Protection), must be identified and licensed.
Eligibility & Notes
This is a synopsis, not an RFP; all necessary information is contained within. Firms must be registered and licensed architectural and/or engineering firms in Virginia, Maryland, and Washington, D.C. Registration in the System for Award Management (SAM) Database is required prior to award. Joint ventures must submit a copy of their joint venture agreement. SF 254/SF 255 will not be considered.