ARCHITECTURAL-ENGINEERING (A-E) SERVICES FOR GEOTECHNICAL ENGINEERING AND RELATED SERVICES FOR VARIOUS LOCATIONS WITHIN THE U.S. ARMY CORPS OF ENGINEERS (USACE) NORTH ATLANTIC DIVISION BOUNDARIES (BUT PRIMARILY IN THE NEW ENGLAND DISTRICT (NAE))
ID: W912WJ25RA003Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW2SD ENDIST NEW ENGLANDCONCORD, MA, 01742-2751, USA

NAICS

Engineering Services (541330)

PSC

ARCHITECT AND ENGINEERING- GENERAL: OTHER (C219)
Timeline
    Description

    The U.S. Army Corps of Engineers (USACE) is seeking qualified architect-engineering firms to provide geotechnical engineering services under an Indefinite Delivery/Indefinite Quantity (IDIQ) contract, primarily within the New England District, which includes Maine, New Hampshire, Vermont, Massachusetts, Connecticut, and Rhode Island. The contract, valued at up to $10 million over five years, will encompass subsurface exploration, geophysical surveys, geotechnical analyses, and construction oversight, with firms required to demonstrate their ability to manage multiple concurrent task orders and execute approximately $2 million per year. This procurement is crucial for ensuring quality and efficiency in infrastructure projects, emphasizing the importance of local expertise and past performance in the selection process. Interested firms must submit their proposals, including Parts I and II of the SF 330, by April 30, 2025, and can direct inquiries to Ann Murphy Adley at ann.m.adley@usace.army.mil or by phone at 978-318-8255.

    Point(s) of Contact
    Files
    Title
    Posted
    The U.S. Army Corps of Engineers has issued an updated memorandum outlining the procedures for selecting task orders under Architect-Engineer Indefinite Delivery Contracts (IDCs). This revision is in response to Section 802 of the 2023 National Defense Authorization Act, reinforcing compliance with the Brooks Act's qualifications-based selection procedures. The document specifies that selection must involve a minimum of three firms, ensuring compliance with federal regulations. It categorizes contracts into Single Award Task Order Contracts (SATOCs) and Multiple Award Task Order Contracts (MATOCs), each with distinct selection protocols. Key highlights include the requirement for task order selection boards to evaluate firms based on their existing qualification data (SF 330s) and possibly request supplemental information only when necessary. The memorandum enforces that districts and centers may not routinely request additional information, aiming to streamline the process. It also provides clear definitions and guidelines for the scope of work and evaluation criteria, emphasizing the need for clearly defined task orders to facilitate compliance with federal regulations. The new procedures enhance efficiency while maintaining adherence to specified governmental legal frameworks.
    The NAVFAC/USACE Past Performance Questionnaire (PPQ) Form PPQ-0 is utilized for evaluating contractors involved in government projects. The document requires contractors to provide their contract information, client details, and project descriptions. The client then assesses the contractor’s past performance based on criteria such as quality, schedule adherence, customer satisfaction, management efficiency, cost management, safety, and overall compliance with contractual terms. Ratings range from Exceptional to Unsatisfactory, allowing for a nuanced evaluation of contractor performance, including specific strengths and weaknesses. Clients are encouraged to submit the completed questionnaire directly to the contractor, which is then included in their proposal to USACE. This questionnaire plays a critical role in source selection for federal contracts, ensuring that performance risks are effectively evaluated based on documented previous work.
    The document outlines the procedures and requirements for small business joint ventures in compliance with FAR Part 19 regulations. Joint ventures must submit a signed agreement and detailed information regarding the partnership's structure, including ownership, capital contributions, profit distribution, and management responsibilities. Key personnel must be identified, specifically those with authority over subcontracts, financial management, and operational control. The proposal should clarify whether these key personnel are employees of the joint ventures or the individual parties involved. Compliance with FAR guidelines is essential for eligibility in government contract awards, ensuring that joint ventures effectively manage their operations and responsibilities within the federal and state/local RFPs context. The intention is to maintain transparency and oversight in joint business arrangements for federal contracts.
    The U.S. Army Corps of Engineers (USACE) is procuring an Indefinite Delivery/Indefinite Quantity (IDIQ) contract for geotechnical engineering services primarily in the New England District, covering Maine, New Hampshire, Vermont, Massachusetts, Connecticut, and Rhode Island. This unrestricted solicitation (W912WJ25RA003) is open to both large and small businesses, with an estimated contract value not exceeding $10 million over a five-year period. Proposals will be assessed based on criteria including specialized experience, professional qualifications, knowledge of locality, and past performance. Firms must demonstrate their ability to manage multiple concurrent task orders, with a capacity to execute around $2 million per year. The scope of work encompasses subsurface exploration, geophysical surveys, geotechnical analyses, and construction oversight. Interested firms must submit Parts I and II of the SF 330, with examples of relevant projects, and demonstrate compliance with small business subcontracting requirements. Submission is due by April 30, 2025, via the Procurement Integrated Enterprise Environment (PIEE). The focus on past performance and local expertise underscores the USACE's commitment to quality and efficiency in infrastructure projects across its mission areas.
    Similar Opportunities
    Civil Works Multi-Discipline Architect/Engineer (A/E) Multiple Award Task Order Contract (MATOC)
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is seeking qualified architect-engineer firms for a Civil Works Multi-Discipline Architect/Engineer (A/E) Multiple Award Task Order Contract (MATOC). This procurement aims to provide a range of engineering services, including design and consultation for various civil works projects, which are critical for infrastructure development and maintenance. Interested firms are encouraged to demonstrate their qualifications and past performance, as these will be key factors in the selection process. For further inquiries, potential applicants can contact Evan Cyran at evan.m.cyran@usace.army.mil or by phone at 410-962-6037, or Leigha Arnold at leigha.m.arnold@usace.army.mil or 443-749-2022.
    Indefinite Delivery Architect-Engineer Services Contract (Geotechnical Engineering, Engineering Geology, Topographic Survey, Orthophotography, Cadastral Mapping, and Land Parcel Mapping) NTE $9.9M for the Design of Misc Projects in the USACE POH AOR
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Honolulu District, is seeking qualified architect-engineer firms to provide indefinite delivery services for geotechnical engineering, engineering geology, topographic survey, orthophotography, cadastral mapping, and land parcel mapping. The objective of this procurement is to support the design of various projects within the USACE Pacific Ocean Division's area of responsibility, ensuring accurate and reliable data for project planning and execution. These services are critical for infrastructure development and environmental assessments, contributing to the effective management of land and resources in the region. The total estimated contract value is not to exceed $9.9 million, and interested firms, particularly small businesses, are encouraged to contact Jenna Lum at jenna.k.lum@usace.army.mil or Colin Waki at colin.k.waki@usace.army.mil for further details.
    Notice for Architect and Engineering (A-E) Services to Support the U.S. Army Corps of Engineers (USACE) South Atlantic Division, Mobile District, Civil Works Program
    Buyer not available
    The U.S. Army Corps of Engineers (USACE) is seeking qualified architect-engineer firms to provide services in support of the South Atlantic Division, Mobile District, Civil Works Program. The procurement aims to secure engineering services under NAICS code 541330, specifically focusing on general architectural and engineering tasks, including landscaping and interior layout design. These services are crucial for the effective planning and execution of civil works projects that support the Army's infrastructure and environmental initiatives. Interested firms should contact Joyce Powell at joyce.f.powell@usace.army.mil or 251-694-3606, or Kimberly Brackett at KIMBERLY.L.BRACKETT@USACE.ARMY.MIL or 251-441-5170 for further details regarding the solicitation process.
    Indefinite-Delivery Architect-Engineer Services Contract (Construction Management Services) Not-To-Exceed $9.9M for the Design of Miscellaneous Projects in the USACE Honolulu District Area of Responsibility
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Honolulu District, is seeking qualified architect-engineer firms to provide indefinite-delivery construction management services for various design projects within its area of responsibility. The contract, with a not-to-exceed value of $9.9 million, aims to support the design of miscellaneous projects that are critical for infrastructure development and maintenance in the Honolulu District. This opportunity underscores the importance of engineering services in ensuring the effective management and execution of construction projects that meet military and community needs. Interested firms should contact Kriztofer Laborete at kriztofer.r.laborete@usace.army.mil or by phone at 808-835-4379, or Colin Waki at colin.k.waki@usace.army.mil, with a fax number of 808-835-4396 for further details.
    Architect-Engineer (AE) Vertical Design Multiple Award Task Order Contract (MATOC) - USACE SWL
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is seeking qualified architect-engineer firms for a Multiple Award Task Order Contract (MATOC) focused on vertical design services in Little Rock, Arkansas. This initiative aims to identify firms capable of providing various design services for military and civilian projects from fiscal years 2027 through 2032, emphasizing the Design-Bid-Build (DBB) process while also allowing for additional services such as horizontal design and construction phase support. The government encourages participation from small and diverse businesses, including those classified under 8(a), HUBZone, WOSB, and SDVOSB, to foster competition and inclusivity in procurement. Interested firms must submit their qualifications, previous project experience, and applicable NAICS codes by March 28, 2025, via email to the primary contact, Telia Mahomes, at telia.r.mahomes@usace.army.mil.
    AE IDIQ Design and Engineering Services for Waterfront -Small Projects - HR AOR
    Buyer not available
    The Department of Defense, through the NAVFACSYSCOM Mid-Atlantic office, is seeking qualified small businesses to provide architect-engineer design and engineering services for small waterfront projects in the Hampton Roads Area of Responsibility (HR AOR). This Indefinite Delivery Indefinite Quantity (IDIQ) contract, valued at up to $95 million over a five-year period, will encompass planning, design, and construction services related to military waterfront facilities and utility systems. The procurement emphasizes the importance of specialized experience, qualifications, and past performance, ensuring that selected firms adhere to federal standards and safety regulations. Interested contractors must submit their proposals electronically by April 14, 2025, and can direct inquiries to Demetrice Jenkins at demetrice.jenkins2.civ@us.navy.mil or Amanda Bricker at amanda.bricker@navy.mil for further information.
    Sources Sought Announcement for Indefinite-Delivery, Indefinite-Quantity (IDIQ) for General Architect and Engineering (A-E) Services in Bulgaria, Romania, & Hungary for USACE Europe District
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Europe District, is seeking qualified architect-engineer firms for an Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract to provide general A-E services in Bulgaria, Romania, and Hungary. The objective of this procurement is to identify firms capable of delivering a range of engineering services that support various projects within these countries, ensuring compliance with U.S. standards and regulations. These services are critical for maintaining and enhancing military infrastructure and operations in the region. Interested firms should contact Leah Beyer at leah.m.beyer@USACE.ARMY.MIL or Kristina Morrow at kristina.k.morrow@usace.army.mil for further details regarding qualifications and submission requirements.
    Indefinite-Delivery Architect-Engineer Services Contract (Electrical) Not-To-Exceed $9.9M for the Design of Miscellaneous Projects in the USACE Honolulu District Area of Responsibility
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Honolulu District, is seeking qualified architect-engineer firms to provide indefinite-delivery services for electrical design projects within its area of responsibility. The contract, valued at not-to-exceed $9.9 million, aims to support various miscellaneous projects that require specialized electrical engineering services. This opportunity is crucial for maintaining and enhancing the electrical infrastructure in the region, ensuring compliance with safety and operational standards. Interested firms should contact Brett Watanabe at brett.j.watanabe@usace.army.mil or 808-835-4045, or Colin Waki at colin.k.waki@usace.army.mil or 808-835-4393 for further details.
    Architect Engineer Support to Mobile District Planning and Environmental Division
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Mobile District, is seeking qualified small businesses to provide Architect-Engineer (AE) services for the Planning and Environmental Division. The procurement aims to establish an Indefinite Delivery/Indefinite Quantity (IDIQ) contract for services that include the preparation of master plans for military and civil facilities, with a focus on NEPA compliance, biological evaluations, and public involvement coordination. This opportunity is crucial for ensuring effective planning and environmental management in military operations, and interested firms must demonstrate relevant experience and capabilities, particularly in Military Master Planning. Submissions are due by March 17, 2025, and must be sent via email to the designated contacts, Jeffrey Donaldson and Elizabeth Trimble, for further inquiries.
    Vertical Construction Industry Day - U.S. Army Corps of Engineers, New England District
    Buyer not available
    The U.S. Army Corps of Engineers, New England District, is hosting a virtual Industry Day focused on vertical construction projects on April 29, 2025. This event aims to engage industry stakeholders in discussions and networking related to upcoming contracting opportunities within the New England District, encouraging collaboration and information sharing in the construction sector. Interested parties are invited to register for the event through the provided link, and further details, including insights from previous industry days, can be found on a designated website. For inquiries, please contact Brian Mannion at brian.t.mannion@usace.army.mil or call 978-318-8478.