Environmental Restoration Architect-Engineering IDIQ
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.
N44255-25-R-2001 INDEFINITE DELIVERY/INDEFINITE QUANTITY CONTRACT FOR ARCHITECT-ENGINEER SERVICES FOR ENVIRONMENTAL RESTORATION SERVICES AT VARIOUS ACTIVITIES UNDER THE COGNIZANCE OF THE NAVAL FACILITIES ENGINEERING COMMAND (NAVFAC) NORTHWEST AREA OF RESPONSIBILITY
Description:
This procurement will result in one Indefinite Delivery/Indefinite Quantity (IDIQ) contract for Environmental Restoration Architect-Engineer (AE) services primarily for environmental projects at various locations within the Naval Facilities Engineering Systems Command Northwest (NAVFAC NW) Area of Responsibility (AOR). The principal geographical regions encompassed by this contract include the states of Washington, Alaska, Oregon, Idaho, Montana, Wyoming and NAVFAC installations in other areas of the United States. The preponderance of the work is expected to be performed in the states of Washington and Alaska. The exact location of the requirements will be designated on individual Task Orders.
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 will be for a base period of 24 months, with one 36-month option period and an additional option to extend services not to exceed six (6)-months, for a maximum duration of 66 months. The total fee for the contract term shall not exceed $45,000,000. The guaranteed minimum for the contract term (including option years) is $5,000. Firm-fixed price task orders will be negotiated for this contract. The value of individual task orders executed under this contract will range from $5,000 to $5,000,000; task orders may be awarded above this range on a limited basis. Multiple task orders may be awarded with similar completion schedules and overlapping delivery dates. Anticipated start date is (January 2026).
The market research study (Sources Sought) N44255-24-R-2001 conducted by NAVFAC NW 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 set aside this procurement for Small Business. The NAVFAC NW Small Business Deputy concurs with this decision. The Small Business size standard classification is North American Industrial Classification System (NAICS) Code 541330 – Engineering Services and the annual small business size standard is $25.5M. 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.
This is amendment 01 to the pre-solicitation posted 03/27/2025, 05:06pm PDT
Selection Criteria has been included as an attachment (Synopsis 25R2001_Amendment 01). Past performance Questionaire has been attached as Attachment A.