Facility Planning Services A-E IDIQ Sources Sought Notice
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 Naval Facilities Engineering Systems Command Southwest (NAVFAC SW) is conducting a Sources Sought market survey for Architect-Engineer (A-E) Facility Planning Services. This is for a potential firm-fixed-price Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract with an estimated total capacity of $30,000,000 over five years. The primary goal is to identify qualified Small Businesses, SBA certified 8(a), HUBZone, Woman-Owned Small Businesses (WOSB), and/or Service-Disabled Veteran-Owned Small Businesses (SDVOSB) firms. Responses are due by February 17, 2026.
Purpose
This Sources Sought Synopsis is a market survey for preliminary planning purposes, aiming to gather information to facilitate NAVFAC SW's decision-making process regarding a future solicitation. The intent is to identify potential qualified small businesses with relevant experience, personnel, and capability to perform A-E services. The information will help determine if the proposed solicitation will be issued as a competitive set-aside or full and open.
Scope of Services
NAVFAC SW is seeking firms to provide comprehensive Facility Planning Services at various Navy and Marine Corps Installations across California, Arizona, Nevada, Colorado, New Mexico, and Utah, with a preponderance of work in Southern California.
Primary A-E Services include:
- Project Planning Documents: Military Construction (MILCON), Unspecified Minor Construction (UMC), Demolition, and Special Projects Planning, including DD Form 1391s, Requirements Data Sheets (RDS), various planning studies (FACD/CCD, Feasibility, Concept/Schematic Design), Planning Charrettes, MVP Scope/ACM analysis, PAX documentation, cost estimates (MII), Project Site Plans, Economic Analyses (EAs), Asset Evaluations (AEs), Basic Facilities Requirements (BFRs), Magazine Construction Assessment Reports, and Facilities Planning Documents (FPDs) using iNFADS.
- Support Services: Architectural, civil, seismic, landscape, mechanical, electrical, telecommunications, fire protection, traffic, hydrological, geotechnical, anti-terrorism/force protection, cybersecurity, utility, renewable energy, and hazardous materials studies.
Secondary Services include:
- Shore Infrastructure Master Planning: Regional, installation, and area development planning, including vision plans, resilience components, land use plans, utility network plans, and installation development programs.
- Geospatial Information & Service (GIS) and Cadastral Support Services: Spatial/non-spatial data acquisition, GIS database management, map preparation, GPS services, land surveying, and topographic mapping.
Contract Details
- Contract Type: Firm-fixed-price Indefinite-Delivery, Indefinite-Quantity (IDIQ)
- NAICS Code: 541310 (Architectural Services)
- Small Business Size Standard: $12,500,000
- Period of Performance: Five (5) years
- Estimated Total Contract Capacity: $30,000,000
- Minimum Task Order Value: $10,000
- Maximum Task Order Value: $2,000,000
Eligibility & Submission Requirements
NAVFAC SW is seeking responses from Small Businesses, SBA certified 8(a), HUBZone, WOSB, and/or SDVOSB. Firms must submit an SF330 Architect-Engineer Qualifications form, focusing on recent experience (within the past five years prior to February 17, 2026).
Key SF330 sections to complete:
- Part I - Contract Specific Qualifications:
- Section A (Contract Information) and B (A-E Point of Contact, including UEI and socio-economic designations).
- Section E (Resumes): Maximum seven (7) key personnel, including one (1) AICP certified planner and one (1) Registered Architect. Include registration details and geographic office location.
- Section H (Additional Information): Maximum four (4) pages for up to 10 team projects demonstrating overall experience, including specific project fee thresholds ($250k and $500k for Prime A-E, $250k for schematic design). Also, a one (1) page section addressing "Location" and "Capacity."
- Part II - General Qualifications: Complete for the Prime A-E Firm.
Key Dates & Contact
- Response Due Date: February 17, 2026, by 2:00 PM (San Diego, CA Local Time).
- Submission Method: Email response in PDF format to Britney Machado-Potestio at britney.l.machado-potestio.civ@us.navy.mil.
- Published Date: January 30, 2026.
Important Notes
This is for market research only; no reimbursement will be made for response costs. This notice does not constitute a Request for Proposal. Firms that previously responded to the initial Sources Sought may revise and resubmit their response or advise the Government to consider their original submission. The NAICS Code has been revised to 541310.