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 seeking Architectural and Engineering (A&E) services under a single-award Indefinite Delivery/Indefinite Quantity (IDIQ) contract. This Total Small Business Set-Aside opportunity supports facility repairs, renovations, and new construction at Naval Surface Warfare Center Dahlgren Division (NSWCDD), Wallops Island, VA, the Naval Observatory (Washington D.C.), and Pumpkin Neck Annex (King George, VA). The maximum contract value is $23,355,018 over a five-year ordering period. SF 330 packages are due April 5, 2026, at 2:00 PM EST.
Scope of Work
The contract requires multi-discipline A&E services for planning, design, renovation, repair, replacement, demolition, alteration, and improvement of facility/infrastructure projects. Services encompass a wide range of disciplines including structural, civil, mechanical, electrical, architectural, planning, environmental, fire protection, cost estimating, and geotechnical. Specific tasks include:
- Facility planning and project development (master plans, project/site plans).
- Development of Design-Bid-Build (DBB) and Design-Build (DB) Request for Proposal (RFP) packages.
- Preparation of cost estimates (using MCACES MII) and economic analysis.
- Condition assessments, field investigations, surveying, and mapping.
- Engineering evaluations and incorporation of sustainable engineering design practices.
- Obtaining permits, regulatory approvals, and environmental investigations.
- Review of contractor submittals, field consultation, and inspection during construction.
- Commissioning support, Operation and Maintenance Support Information (OMSI), and as-built drawing preparation.
- Functional Analysis Concept Development (FACD) and Facility Data Planning Management Services (Archibus). All work must comply with 40 USC Chapter 11, FAR Subpart 36.6, and DoD Unified Facilities Criteria (UFC).
Contract Details
- Contract Type: Single-Award Indefinite Delivery/Indefinite Quantity (IDIQ)
- Period of Performance: Single five-year ordering period.
- Maximum Contract Value: $23,355,018
- Guaranteed Minimum: $500 (satisfied by initial task order).
- Task Orders: Firm-Fixed-Price (FFP).
- Fee Limitation: Not to exceed 6% of the estimated construction cost.
- NAICS Code: 541310, Architectural Services (Small Business Size Standard: $12,500,000).
Eligibility & Submission
- Set-Aside: Total Small Business Set-Aside.
- Eligibility: 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. Registration in SAM is required.
- Submission Method: Completed SF 330 package via email to the Contracting Officer and Contract Specialist.
- Submission Deadline: April 5, 2026, at 2:00 PM EST.
- Inquiries Due: Fourteen (14) days after posting.
Evaluation Criteria
Firms will be evaluated on technical factors including specialized experience, professional qualifications (e.g., Program Manager with 10+ years experience, licensed Senior Architects/Engineers), quality control, program management, firm location, and past performance.