Locate Your Existing Business Registration
Please locate your business or entity by entering your CAGE Code, or UEI number and clicking the Search button.
Locate Your Existing Business Registration
Please search by CAGE Code, or UEI number
Important Dates
Posted Date: 05/01/2025
Response Date: 05/16/2025
Archive Date: 06/30/2025
More Opportunities
Solicitation Number:
N4008525R2578
Primary NAICS:
541330 - Engineering Services
Notice Type:
Sources Sought
Location:
Not Provided
Set Aside:
Not Provided
THIS IS A SOURCES SOUGHT NOTICE FOR MARKET RESEARCH PURPOSES, ONLY. THIS NOTICE DOES NOT CONSTITUTE A REQUEST FOR PROPOSAL, REQUEST FOR QUOTATION, OR INVITATION FOR BIDS. THIS NOTICE DOES NOT COMMIT THE GOVERNMENT TO ISSUE ANY TYPE OF SOLICITATION OR AWARD AN ULTIMATE CONTRACT. THIS NOTICE DOES NOT RESTRICT THE GOVERNMENT FROM A PARTICULAR ACQUISITION APPROACH.
The Naval Facilities Engineering Systems Command, Mid-Atlantic is seeking eligible small business firms capable of performing Fire Protection Engineering Design Services under a contemplated Indefinite Delivery Indefinite Quantity Contract to support projects throughout the Naval Facilities Engineering Systems Command, Mid-Atlantic's Area of Responsibility (AOR). Work under the contract is anticipated to occur primarily at NAVFAC MIDLANT Area of Responsibility (AOR), which includes Connecticut, Delaware, Illinois, Indiana, Massachusetts, Maine, Michigan, New Hampshire, New Jersey, New York, North Carolina, Ohio, Pennsylvania, Rhode Island, South Carolina, Virginia, West Virginia, and Wisconsin. The Mid-Atlantic Region offices are located in Norfolk, Virginia, however, work can be awarded for any location within the Mid-Atlantic Region. Work may also be ordered throughout the entire Naval Facilities Engineering Systems Command, if deemed necessary and approved by the NAVFAC mid-Atlantic Chief of the Contracting Office. Services will be procured in accordance with 40 United States Code (USC) Chapter 11, Selection of Architects and Engineers, as implemented by Federal Acquisition Regulation (FAR) Subpart 36.6. The appropriate North American Industry Classification System (NAICS) Code for this procurement is 541330 – Engineering Services. The small business size classification for this procurement is $25,500,000.00.
Fire protection design and engineering services provided under the contract shall be in accordance with Unified Facilities Criteria (UFC) 1-200-01 and UFC 3-600-01, as well as all other applicable National Fire Protection Association (NFPA) codes/standards not covered by the UFC and extensive knowledge and experience with the International Building Code (IBC), and all Navy/NAVFAC guides, specifications, and Instructions. Specifically, NAVFAC MIDLANT requires all Fire Protection Engineers to be registered in that particular discipline. The fire protection work may include, but is not limited to building code analysis; life-safety code analysis; water flow tests of existing water supply and hydraulic supply analysis; fire-protection design analysis of automatic detection and suppression systems; and verification of the adequacy of water supply (i.e., preliminary sprinkler layout with supporting hydraulic calculations); fire protection engineering survey, assessment or studies; construction support services; performance-based designs; special systems/ hazards analysis; in-house design services (AE collaborating with Government design team); RFP development; and fire modeling.
Fire Protection Engineering staff shall meet the following requirements: An individual who is a registered professional engineer (P.E.) who has passed the fire protection engineering written examination administered by the National Council of Examiners for Engineering and Surveying (NCEES) and has relevant fire protection engineering experience. In addition, firms are required to have a minimum of three (3) registered Fire Protection Engineers on staff to perform the work.
The contemplated contract will be for a duration not to exceed five (5) years. The total fee for the contract term shall not exceed $15,000,000.00 for the life of the contract. It is anticipated that projects with an Estimated Construction Cost of no more than $2,000,000 will be performed under the resultant contract, however, larger projects may be performed at the discretion of the Contracting Officer.
Typical task orders issued under this contract are expected to range between $50,000 and $1,000,000. Project programs typically supporting this contract are Special Projects and Military Construction Programs. Firms must comply with FAR 52.219-14, Limitations on Subcontracting.
The Sources Sought Notice is not a Request for Proposal. It is a market research tool used to determine the availability and adequacy of potential small business sources prior to determining the method of acquisition and issuance of an award. The Government is not obligated to and will not pay for any information received from potential sources as a result of this Sources Sought Notice. All Small Businesses, Small Disadvantaged Businesses, Service-Disabled Veteran-Owed Small Businesses, certified HUB-Zone Small Businesses, Economically Disadvantaged Women-Owned Small Businesses/Women-Owned Small Businesses, and certified 8(a) Small Businesses are encouraged to respond. Upon review of industry response to the Sources Sought Notice, the Government will determine whether a set-aside acquisition in lieu of full and open competition is in the Government's best interest.
It is requested that interested small businesses submit to the Contracting Office a brief Capabilities Statement package (no more than 25 pages in length, single-spaced, 12-point font minimum including document searchable bookmarks) demonstrating the ability to perform the requested services. Please use the attached Sources Sought Project Information Form for each project submitted demonstrating the requisite experience to document a minimum of five (5) and up to a maximum of ten (10) Fire Protection engineering design and/or consulting projects completed in the past seven (7) years that best demonstrate your relevant experience in providing professional fire protection engineering services similar in size, scope and complexity to what will be required under this IDIQ. Project experience will be evaluated in accordance with the following characteristics:
RELEVANT PROFESSIONAL DESIGN SERVICES:
Investigative Services, Facility Analysis & Deliverables:
Design Services & Deliverables:
Construction Services:
RELEVANT PROJECTS:
Project Size:
Project Type (Submit projects that fall within any of the below project types. A prospective offeror is not required to submit one of each project type to be considered, but a greater breadth of project experience will be considered more favorably):
Submitter’s experience performing as a subcontractor will be considered, however, experience of companies proposed to work as subcontractors on the resulting solicitation/contract will not. Ensure that the project description clearly identifies whether the project is new construction or renovation, provides the final construction cost, and addresses how the project meets the scope/complexity requirements and whether the project was completed or not.
A company profile shall also be included utilizing the attached Sources Sought Contractor Information Form. This will include the number of employees, office locations(s), UEI, CAGE Code, and statement regarding small business designation and status.
The information provided in this notice is subject to change and in no way binds the Government to solicit for or award a contract. The Government will not provide debriefs on the results of this research, but feedback regarding the decision to set aside or not set aside the procurement will be accomplished via pre-solicitation synopsis or solicitation for these services as applicable. All information submitted will be held in a confidential manner and will only be used for the purpose intended. Points of contact listed may be contacted for the purpose of verifying performance.
This office anticipates award of a contract for these services no later than March 2026.
RESPONSES ARE DUE NO LATER THAN 16 MAY 2025 BY 2:00 PM LOCAL TIME. LATE SUBMISSIONS MAY NOT BE ACCEPTED.
The package shall be emailed to Leslie McGehee at leslie.m.mcgehee.civ@us.navy.mil with the subject referencing the Solicitation Number N4008525R2578. Attachments are limited to a total of 5MB.
Questions or comments regarding this notice may be addressed by email to Leslie McGehee at leslie.m.mcgehee.civ@us.navy.mil.
If you have any questions or would like assistance with federal registrations and contracting, call USFCR at:
(877) 252-2700
Monday-Friday, 9:00 AM – 5:00 PM ET
With over a decade of expertise and more than 300,000 SAM registrations completed, US Federal Contractor Registration (USFCR) stands as the leading authority in streamlining the federal sector onboarding process for businesses and nonprofits. Through the Advanced Procurement Portal (APP), USFCR offers a user-friendly platform that revolutionizes government contract search, opens doors to vast government contracting opportunities, and simplifies the process of government contracting. This enables entities to efficiently find and win government contracts. By enhancing federal contracting and grant acquisition capabilities, APP ensures entities can seamlessly navigate the complexities of government procurement, maximizing their opportunities for success in the competitive federal marketplace.