Sources Sought for Indefinite Delivery Indefinite Quantity (IDIQ) Architect-Engineer (A-E) services contract for Encroachment Management Implementation And Mission Readiness, Sustainment, & Compatibility Services at Navy and Marine Corps Installations.
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 to identify qualified Small Businesses, including 8(a), HUBZone, Woman-Owned, and Service-Disabled Veteran-Owned Small Businesses, for an Indefinite-Delivery, Indefinite-Quantity (IDIQ) Architect-Engineer (A-E) services contract. This contract will focus on Encroachment Management Implementation and Mission Readiness, Sustainment, & Compatibility Services at Navy and Marine Corps Installations across California, Arizona, Nevada, Colorado, New Mexico, and Utah. Responses are due by April 2, 2026, at 2:00 PM (San Diego, CA Local Time).
Purpose
This announcement is for market research purposes only to gather information for preliminary planning. The goal is to identify potential qualified small businesses to help NAVFAC SW determine if a future solicitation for these services will be issued as a competitive set-aside or full and open. This is not a Request for Proposal, and no contract will be awarded from this notice.
Scope of Work
The A-E services required will primarily support encroachment management planning. Key services include:
- Land Use Planning: Analysis of local policies for compatibility with military operations, GIS data compilation, and identification of encroachment concerns.
- AICUZ/RAICUZ Studies: Preparation or updates to studies on flight operations, land use compatibility, noise, and safety analysis.
- Encroachment Action Plans (EAP)/ECP: Development or updates to plans for mitigating encroachment within Military Influence Areas.
- Strategic Engagement and Communication Plans (SECP): Creation of plans for compatible policy and regulatory guidance for local jurisdictions.
- Outreach Planning Materials: Development of materials for community outreach and compatibility.
- Electronic Database: Preparation of a strategic engagement electronic database for tracking encroachment management metrics.
Secondary services may include other related studies/analysis (e.g., RCMPS, INRMP, REPI, geospatial analysis, traffic, glint/glare, radar, plume, lighting, socio-economic studies) and related reports or documentation.
Contract Details
- Contract Type: Firm-Fixed-Price Indefinite-Delivery, Indefinite-Quantity (IDIQ)
- NAICS Code: 541330 (Engineering Services) with a Small Business Size Standard of $25,500,000
- Period of Performance: Five (5) years
- Estimated Total Contract Price: $30,000,000
- Minimum Task Order Value: $25,000
- Maximum Task Order Value: $2,500,000
Submission Requirements
Interested firms must respond by completing specific sections of the SF330 Architect-Engineer Qualifications form. Key requirements include:
- Part I – Contract Specific Qualifications:
- Section B: Provide firm's Unique Entity Identifier (UEI) and all applicable socio-economic designations.
- Section E: Submit resumes for a maximum of five (5) key personnel, including one AICP-certified planner and one Registered Engineer, with demonstrated planning experience in California. Each resume must detail up to five (5) specific, recent projects (completed within the last five years prior to March 18, 2026) illustrating individual qualifications.
- Section H: List a maximum of ten (10) recent projects (completed within the last five years prior to March 18, 2026) demonstrating overall team experience. At least four (4) projects must be as Prime A-E with a minimum A-E fee of $250,000, and at least two (2) projects as Prime A-E with a minimum A-E fee of $500,000.
- Section H: Provide one-page paragraphs addressing the firm's "Location" (main/branch offices, knowledge of AOR, timely response) and "Capacity" (number of employees, AICP/Registered Engineer personnel, ability to handle multiple task orders simultaneously).
- Part II – General Qualifications: Complete for the Prime A-E firm.
Responses must be emailed in PDF format to Shaun Schnurbusch (shaun.m.schnurbusch.civ@us.navy.mil) by the deadline. Facsimile submittals will not be accepted.
Important Notes
This is solely for market research; no reimbursement will be made for response costs, and respondents will not be notified of research results. NAVFAC SW anticipates that solicitations issued on or after November 10, 2026, will require Cybersecurity Maturity Model Certification (CMMC) Level 2 (C3PAO) or higher.