This is a Sources Sought Synopsis announcement, a market survey for information to be used for preliminary planning purposes. The information received will be used within the Navy to facilitate the decision-making process and will not be disclosed outside of the agency.
The intent of this Sources Sought Synopsis is to identify potential qualified Small Businesses,
U.S. Small Business Administration (SBA) certified 8(a) Businesses, SBA certified HUBZone Small Businesses, Woman-Owned Small Businesses (WOSB) and/or Service-Disabled Veteran-Owned Small Businesses (SDVOSB).
The Sources Sought Synopsis is one facet in the Government’s overall market research in regard to whether the proposed solicitation will be issued as a competitive set-aside or as a full and open (unrestricted). No procurement strategy will be determined based solely on the information received in response to this Sources Sought Synopsis.
No reimbursement will be made for any costs associated with providing information in response to this announcement or any follow-up information requests. This notice does not constitute a Request for Proposal and is not to be construed as a commitment by the Government for any purpose other than market research. Respondents will not be notified of the results of the market research.
Naval Facilities Engineering Systems Command Southwest (NAVFAC SW) is seeking Small Business, SBA certified 8(a), SBA certified HUBZone, WOSB and/or SDVOSB sources with current relevant experience, personnel, and capability to perform the Architect-Engineer (A-E) services required for a firm-fixed-price Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract for Facility Planning Services at various Navy and Marine Corps Installations in California, Arizona, Nevada, Colorado, New Mexico, and Utah, but may be available to other locations as approved by the NAVFAC SW Procuring Contracting Officer. The preponderance of work will be in Southern California.
The goal of this announcement is to obtain information on available A-E firms who can provide facility planning services similar to those anticipated under this contract..
Primary A-E Services:
- Project Planning Documents:
Military Construction (MILCON), Unspecified Minor Construction (UMC), Demolition, and Special Projects Planning:
- DD Form 1391s
- Requirements Data Sheet (RDS)
- Planning Studies, including Functional Analysis Concept Development (FACD)/Customer Concept Design (CCD), Feasibility studies; Concept/Schematic Design Drawings, and other Advanced Planning studies
- Planning Charrettes
- Minimum Viable Project (MVP) Scope and Alternative Construction Methods (ACM) analysis
- Planning documentation in Programming Execution and Administration System (PAX)
- Preliminary, Parametric, and Class 5, 4, 3 Cost Estimates utilizing Micro-Computer Aided Cost Estimating System Second Generation (MII), when appropriate, as determined by the Government
- Project Site Plans
- Economic Analyses (EAs)
- Asset Evaluations (AEs)
- Basic Facilities Requirements (BFRs)
- BFRs for magazines using the Magazine Storage Requirements Calculator
- Magazine Construction Assessment Reports
- Facilities Planning Documents (FPDs) utilizing the government’s web-based internet Naval Facilities Asset Data Store (iNFADS) program
- Collateral Equipment Lists (personal property, equipment from other appropriations)
- Support services may include architectural, civil engineering, seismic (including but not limited to Tier 1 and Tier 2 Seismic Evaluation) landscape, architectural, mechanical, electrical, telecommunications, fire protection, traffic and circulation, topographical, hydrological, geotechnical / subsurface, anti-terrorism / force protection, controlled/secured spaces, cybersecurity, utility, renewable energy, and hazardous materials studies.
SECONDARY SERVICES:
- SHORE INFRASTRUCTURE MASTER PLANNING:
Regional, installation and area development planning, to include vision plans, illustrative plans, military installation resilience components (MIRC) plans, district plans, land use plans, regulating plans, circulation and parking plans, resilient infrastructure plans, primary utility network plans (including utility locations and capacity), future development plans, installation-wide planning & design standards, installation development programs (capital investment plans), electronic/web-based master planning; and other planning documents which incorporate sustainability principles such those outlined in UFC 2-100-01, Installation Master Planning. Master Planning will be in accordance with UFC Installation Master Planning, NAVFAC Installation Development Planning Consistency Guide and other applicable guidance.
- GEOSPATIAL INFORMATION & SERVICE (GIS), AND CADASTRAL SUPPORT SERVICES:
- Preparation of spatial and non-spatial data acquisition
- Data for the enterprise GIS database systems in accordance with current Navy Data Model standards (NDM)
- Preparation of maps, datasets, data models, geo-processing models, automation scripts, and utilizing Microsoft Office, Adobe Acrobat, PostgresSQL, AutoCAD, ESRI and ArcGIS Product Suite
- GPS services which include the collection of global positioning system (GPS) data using GPS equipment compatible with the NAVFAC SW GeoReadiness Center (GRC); land surveying and topographic mapping
Incidental training related to the primary or secondary services.
The North American Industry Classification System (NAICS) Code is 541320 (Landscape Architect Services) with a Small Business Size Standard of $9,000,000. The proposed contract will be for a total performance period of five (5) years. The estimated total contract price is $30,000,000. The minimum value of individual task orders executed under this contract is $10,000. The maximum value of individual task orders executed under this contract is $2,000,000.
Interested Small Business, SBA certified 8(a), SBA certified HUBZone, WOSB and/or SDVOSB sources are invited to respond to this sources sought announcement by completing the following sections of the SF330 Architect-Engineer Qualifications in the following manner:
Part I – Contract Specific Qualifications:
Note: In sections where recent experience is requested, all experience will be evaluated for market research purposes only. Firms are advised that while experience older than five (5) years may demonstrate capability to perform the scope of work, it may not indicate that the firm could be competitive during a future solicitation where only the most recent five (5) years of experience will be accepted. NAVFAC SW may make an acquisition strategy determination based on the likelihood that a sufficient pool of qualified contractors will be competitive on a future solicitation.
Complete Section A – Contract Information.
Complete Section B – A-E Point of Contact. In addition to the name of the firm in Block 5, provide your firm’s Unique Entity Identifier (UEI) and state if your firm is SBA certified 8(a), SBA Certified HUBZone, SDVOSB, WOSB and/or Small Business (identify all that apply). A set-aside cannot be reasonably determined without size and socio-economic designations.
Section E – Resumes: Provide a maximum of seven (7) resumes for key personnel that would be directly responsible for performing the required services. If firm principals will not perform work on the contract, do not include those resumes. At minimum, provide the following:
- One (1) of the key personnel shall be a professionally registered planner certified by the American Institute of Certified Planners (AICP) and be on staff of the Prime A-E firm.
- One (1) key personnel shall be a Registered Architect.
All key personnel must include the state where registration was issued, registration number, expiration date of registration, and geographic office location for each proposed key personnel member.
Each resume must include a maximum of five (5) specific, recently completed projects that best illustrate the individual member’s qualifications in performing the listed A-E services. For each project, the individual must describe how significant his/her role and responsibilities were in the services, specific services performed, and provide the completion date (month, day and year) of the services. A specific project is a single project or a single task order under an indefinite quantity contract or on-call type contract. “Recent” is defined as professional A-E services completed within the past five (5) years prior to December 02, 2025. Projects not meeting these requirements may not be considered.
Section H – Additional Information: On a maximum of four (4) pages, list a maximum of 10 specific, recently completed projects that demonstrate the overall team experience in the required A-E services:
- At least three (3) of the projects shall have been completed by the Offeror as the Prime A-E firm and have a minimum A-E fee of $250,000 for the listed Primary or Secondary Facility Planning services.
- At least one (1) project shall have been completed by the Offeror as the Prime A-E firm and have a minimum A-E fee of $500,000 for the listed Primary or Secondary Facility Planning services.
- At least one (1) project, performed by the prime A-E firm or a firm (subcontractor) listed in the SF330 as part of the offeror’s team shall have a schematic design (layout, functional drawings and studies) up to 15% completion, with a minimum A-E fee of $250,000 for the project.
Note: A single project may satisfy more than one of the above minimum requirements.
At a minimum, each project description shall include the project title, cost, completion date (month, day and year) and how each project reflects the relevant experience in the required services.
A specific project is a single project or a single task order under an indefinite quantity contract or on-call type contract. “Recent” is defined as professional A-E services completed within the past five (5) years prior to December 02, 2025. “Completion date” is defined as 100% of the required documents are completed and submitted. Projects not meeting these requirements may not be considered.
Section H – Additional Information: On a maximum of one (1) page, provide two (2) brief paragraphs, one addressing “Location” and one addressing “Capacity.” Entitle the first paragraph “Location” and within that paragraph indicate the location of the firm’s main office and branch offices, and describe the team’s knowledge of and availability to work in the proposed geographical area, and the ability of the firm to ensure timely response to requests for onsite support at military installations within the NAVFAC SW AOR and at NAVFAC SW offices in San Diego, CA.
Entitle the second paragraph “Capacity” and within the paragraph indicate the number of employees within the prime A-E firm responsible for providing facility planning services and address the firm’s capacity to accomplish multiple task orders simultaneously. The firm shall list professionally registered planners certified by the American Institute of Certified Planners (AICP) and registered Architect personnel who will be involved in providing the required services. Firms must comply with FAR 52.219-14, Limitations on Subcontracting.
Section I – Authorized Representative: Ensure the authorized representative of the firm signs the page attesting to the information provided in the sources sought response.
Part II General Qualifications: Complete SF330 Part II – General Qualifications for the Prime A- E Firm responding to this Sources Sought Notice.
Responses to this Sources Sought announcement are due no later than 2:00 PM (San Diego, CA Local Time) on December 18, 2025. Please email your response to Britney Machado-Potestio, in a PDF format, to britney.l.machado-potestio.civ@us.navy.mil. Facsimile submittals will not be accepted. All NAVFAC SW solicitations are posted on the website at https://sam.gov and begin with “N62473.”