INDEFINITE DELIVERY/INDEFINITE QUANTITY CONTRACT FOR ARCHITECT-ENGINEER SERVICES FOR ENVIRONMENTAL INVESTIGATIONS, PERMIT APPLICATIONS AND RELATED STUDIES AT VARIOUS NAVY AND MARINE CORPS ACTIVITIES, PACIFIC BASIN AND INDIAN OCEAN AREAS

SOL #: N6274222R1803Pre-Solicitation

Overview

Buyer

Dept Of Defense
Dept Of The Navy
NAVFACSYSCOM PACIFIC
JBPHH, HI, 96860-3134, United States

Place of Performance

Place of performance not available

NAICS

Engineering Services (541330)

PSC

Other Architect And Engineering Services (C219)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Apr 2, 2026
2
Response Deadline
May 8, 2026, 12:00 AM

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 (NAVFAC) Pacific is seeking highly qualified Architect-Engineer (A-E) firms for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract to provide environmental investigations, permit applications, and related studies. This Total Small Business Set-Aside opportunity covers various Navy and Marine Corps activities across the Pacific Basin and Indian Ocean areas. The contract has a potential value of up to $30,000,000 over a base year and four option years, with an estimated start date of January 2027. SF330 submissions are due by 2:00 p.m. HST on May 7, 2026.

Scope of Work

The A-E services will encompass multi-discipline environmental investigations, permit applications, and related studies. This includes work related to water, wastewater, storm water, hazardous waste, solid waste, and pollution prevention, adhering to acts such as CWA, SDWA, TSCA, RCRA, CAA, and OPA90. Services may involve analytical studies, reports, management plans, technical evaluations, permit applications, preliminary engineering designs, cost estimates, and monitoring/testing/training. Firms must be able to obtain microbiology, toxicology, and chemistry laboratory services. Personnel must be U.S. Citizens capable of obtaining Secret Clearance for access to military areas.

Contract Details

  • Contract Type: Indefinite Delivery/Indefinite Quantity (IDIQ), Firm-Fixed Price Task Orders.
  • Set-Aside: Total Small Business Set-Aside (NAICS 541330, $25.5M size standard).
  • Value: Up to $30,000,000 total fee; $5,000 guaranteed minimum.
  • Period of Performance: 1-year base, 4x 1-year options, 1x 6-month extension.
  • Estimated Start: January 2027.
  • Place of Performance: Various Navy and Marine Corps Activities, Pacific Basin and Indian Ocean Areas (including Hawaii, Guam, Japan, Diego Garcia, Singapore, Korea, Washington, California).

Submission Requirements & Evaluation Criteria

Interested firms must submit a completed Standard Form (SF) 330, Architect-Engineer Qualifications. Electronic submissions are not authorized; three hard copies and one CD electronic copy are required. Firms must be registered in SAM and WAWF.

Selection will be based on the most highly qualified firms, evaluated in descending order of importance:

  1. Professional Qualifications of Key Personnel: Focus on licensing, education, qualifications, and experience of proposed Principal A/E, Project Manager, and various Registered Engineers/Geologists/Architects.
  2. Specialized Experience/Technical Competence: Demonstrated experience in similar environmental services within the NAVFAC Pacific AOR, particularly in potable water, wastewater, industrial waste, and storm water projects.
  3. Past Performance: Quality, schedule compliance, and customer satisfaction on DoD contracts, using CPARS or the provided Past Performance Questionnaire (PPQ).
  4. Capability and Capacity to Accomplish Work: Ability to manage multiple concurrent task orders (e.g., 10 projects totaling $1M+), including organizational structure and program management office location.
  5. Quality Control: Strength of the proposed quality control program and methodology.
  6. Firm's Location: Location of offices and demonstrated knowledge of the NAVFAC Pacific AOR, including ability for timely on-site support.

Important Notes

  • Proof of architecture or engineering practice (e.g., state registration) is mandatory.
  • Joint Ventures, LLCs, or LTDs must submit their agreements detailing ownership, management, and authorized personnel.
  • Questions must be submitted via email to Ms. Danika Kamikawa (danika.m.kamikawa.civ@us.navy.mil) and Kylee Chun (kylee.k.chun.civ@us.navy.mil) at least ten business days before the closing date.

People

Points of Contact

Files

Files

Download
Download

Versions

Version 1Viewing
Pre-Solicitation
Posted: Apr 2, 2026
INDEFINITE DELIVERY/INDEFINITE QUANTITY CONTRACT FOR ARCHITECT-ENGINEER SERVICES FOR ENVIRONMENTAL INVESTIGATIONS, PERMIT APPLICATIONS AND RELATED STUDIES AT VARIOUS NAVY AND MARINE CORPS ACTIVITIES, PACIFIC BASIN AND INDIAN OCEAN AREAS | GovScope