Architect-Engineer (A/E) Services For Long-Range Planning

SOL #: N6893625R0024Pre-Solicitation

Overview

Buyer

Dept Of Defense
Dept Of The Navy
NAVAL AIR WARFARE CENTER
CHINA LAKE, CA, 93555-6018, United States

Place of Performance

Place of performance not available

NAICS

Engineering Services (541330)

PSC

A&E Production Engineering Services (Including Design And Control, And Building Programming) (C215)

Set Aside

No set aside specified

Timeline

1
Posted
Mar 24, 2025
2
Last Updated
Apr 18, 2025
3
Response Deadline
Apr 24, 2025, 7:00 PM

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.

THERE IS NO REQUEST FOR PROPOSAL PACKAGE TO DOWNLOAD. ALL INFORMATION NEEDED TO SUBMIT SF-330 DOCUMENT IS CONTAINED HEREIN. SF 254S AND SF 255S WILL NOT BE CONSIDERED.N68936-25-R-0024: INDEFINITE DELIVERY/INDEFINITE QUANTITY (IDIQ) CONTRACT FOR ARCHITECT-ENGINEER (A/E) SERVICES FOR LONG-RANGE PLANNING AT THE NAVAL AIR WARFARE CENTER WEAPONS DIVISION (NAWCWD), CHINA LAKE, CALIFORNIA. The Naval Air Warfare Center Weapons Division has a requirement for long range planning and Infrastructure planning engineering services in support of the Infrastructure Business Operation (IBO) Department, and providing design services for various projects located at Naval Air Weapons Station China Lake (NAWS CL) and Naval Base Ventura County (NBVC) including Point Mugu (PM), San Nicolas Island (SNI), and Port Hueneme, CA. The services described herein will be procured in accordance with 40 U.S.C. Chapter 11, Selection of Architects and Engineers, as implemented by FAR Subpart 36.6. NAWCWD intends to award a single Indefinite Delivery/Indefinite Quantity, Firm-Fixed Price (FFP) contract with a period of performance of 5 years. A 6-month option for the extension of services utilizing FAR 52.217-8 may be included. The total cumulative value of all Task Orders issued under the resulting contract shall not exceed $6,300,000. The anticipated award date is before September 30, 2025.A single Task Order may be issued with delivery schedules that require the firm to provide services with overlapping work/delivery dates. Firm-Fixed Price Task Orders will be negotiated on an individual basis for this contract. Individual Task Orders are projected to range, on average, between $20,000 and $2,000,000This acquisition will employ the use of full and open competition. The North American Industry Classification System (NAICS) code for the procurement is 541330, and the annual size standard is $25,500,000.The proposed contract is being solicited on an UNRESTRICTED basis. The Small Business size standard classification is North American Industrial Classification System Code 541330, Engineering Services. 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 N68936-24-R-0038, issued 27 August 2024, was a market research study conducted by NAWCWD included an assessment of relevant qualifications and capabilities of potentially qualified firms. As a result of the market research analysis, a determination was made to solicit this procurement on an unrestricted basis inviting full and open competition. The type of long-range planning expected to be performed under this contract includes, but is not limited to, providing design services for various projects, delivering engineering services across multiple disciplines, and offering specialized engineering and testing services to ensure quality and compliance. Additionally, the scope of work encompasses long-term planning support, which is critical for the effective sustainment and maintenance of infrastructure and facilities. The purpose of this contract is to establish a reliable and flexible mechanism to address ongoing and evolving project needs, ensuring that all infrastructure and facility sustainment initiatives are carried out efficiently and to the highest standards. Statement of Work (SOW): Refer to Exhibit A: IDIQ Statement of Work The awarded contract will be subject to specific provisions addressing the avoidance of organizational conflicts of interest. The prime firm for this contract will be required to perform throughout the contract term. Interviews may be scheduled with firms slated as the most highly qualified. Firms slated for interviews may be asked to clarify information contained in the SF330 submittal. Elaborate interview presentations are not desired. For more details including Selection Criteria and SF330 Submittal instruction, please refer to A-E IDIQ Long Range Planning Synopsis.

People

Points of Contact

Files

Files

No files attached to this opportunity

Versions

Version 5
Solicitation
Posted: Apr 18, 2025
View
Version 4
Solicitation
Posted: Apr 15, 2025
View
Version 3
Solicitation
Posted: Apr 3, 2025
View
Version 2
Solicitation
Posted: Apr 3, 2025
View
Version 1Viewing
Pre-Solicitation
Posted: Mar 24, 2025