A&E Services NSWCDD
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 Department of the Navy, NSWC Dahlgren, is soliciting proposals for a single-award Indefinite Delivery/Indefinite Quantity (IDIQ) contract for multi-discipline Architect-Engineering (A-E) services. These services will support facility repairs, renovations, and new construction at the Naval Surface Warfare Center Dahlgren Division (NSWCDD), Wallops Island, VA, the Naval Observatory, Washington D.C., and Pumpkin Neck Annex, King George, VA. This is a Total Small Business Set-Aside. Proposals are due April 6, 2026, at 3:00 PM EST.
Scope of Work
The contract requires a broad range of A-E services for facility/infrastructure projects, including planning, design, renovation, repair, replacement, demolition, alteration, and improvement. Key disciplines include structural, civil, mechanical, electrical, architectural, planning, environmental, fire protection, cost estimating, and geotechnical. Specific tasks encompass:
- Facility planning and project development (master plans, site plans).
- Development of Design-Bid-Build (DBB) and Design-Build (DB) packages.
- Cost estimating (using MCACES MII) and economic analysis.
- Condition assessments, field investigations (utility, geotechnical), surveying, and mapping.
- Engineering evaluations and sustainable design practices.
- Permit acquisition, environmental investigations, and consultations.
- Review of contractor submittals, field consultation during construction, and commissioning support.
- Preparation of Operation and Maintenance Support Information (OMSI) and as-built drawings.
- Functional Analysis Concept Development (FACD) and Facility Data Planning Management Services (Archibus).
Contract Details
- Contract Type: Single-award Indefinite Delivery/Indefinite Quantity (IDIQ) with Firm-Fixed-Price (FFP) Task Orders.
- Period of Performance: Single five-year ordering period.
- Maximum Contract Value: Not to exceed $23,355,018.
- Guaranteed Minimum: $500 (satisfied by initial task order).
- Estimated Award Date: January 2027.
- Fee Limitation: Not to exceed 6% of the estimated construction cost.
Eligibility & Submission
This procurement is a Total Small Business Set-Aside under NAICS Code 541310 (Architectural Services) with a size standard of $12,500,000. Firms must be registered and licensed architectural and/or engineering firms in Virginia, Maryland, and Washington, D.C. Key personnel, including consultants, must be U.S. citizens. Firms cannot provide both design and construction services for the same contract. Submissions require a completed SF 330 package via email to the Contracting Officer and Contract Specialist. Vendors must provide their Unique Entity Identification (UEI) and be registered in SAM.gov prior to award.
Evaluation
Firms will be evaluated on two main factors:
- Factor 1 (Technical): Specialized Experience, Professional Qualifications, Quality Control, Program Management, Firm Location, and Volume of Work.
- Factor 2 (Past Performance): Project Performance Questionnaires (PPQs) are acceptable in lieu of CPAR evaluations, and PBS PPQs are also accepted. Copies of CPARs and PPQs are excluded from the 100-page limit for Part I of the SF 330.
Key Dates & Contacts
- Submission Deadline: April 6, 2026, at 3:00 PM EST.
- Primary Contact: Thomas Blake Clift (thomas.b.clift.civ@us.navy.mil).
- Secondary Contact: Sheila H. Ballard (sheila.ballard@navy.mil).