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 Department of Defense, through the U.S. Army Corps of Engineers (USACE) New England District, is seeking qualified architect-engineer firms to provide geotechnical engineering and related services under an Indefinite Delivery/Indefinite Quantity (IDIQ) contract. The procurement aims to secure architectural-engineering services primarily within the New England District, covering states such as Maine, New Hampshire, Vermont, Massachusetts, Connecticut, and Rhode Island. These services are crucial for various engineering projects that require specialized geotechnical expertise to ensure safety and compliance with federal standards. Interested firms should note that proposal submissions must adhere to specific guidelines outlined in recent amendments, including the requirement for SF330 forms and the exclusion of cost submittals in initial proposals. For further inquiries, potential bidders can contact Ann Adley at ann.m.adley@usace.army.mil or call 978-318-8255.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the Amendment 0001 for the A/E Geotechnical Engineering and Related Services solicitation (W912WJ25RA003). It addresses two key inquiries regarding project considerations and submission requirements. The first question clarifies that projects completed more than seven years ago will receive lesser importance compared to those finished in the last seven years. The second question pertains to the submission format, specifically the SF 330, Part I, where the page limit was adjusted from 40 to 45 pages to accommodate the number of roles and area expertise required, thus allowing proposers to adequately showcase their competencies in Sections E and H. This amendment serves to guide potential respondents in preparing their submissions while emphasizing the importance of recent project experience in the evaluation process. Overall, it reflects the federal government's commitment to ensuring a thorough assessment of qualifications in response to the RFP for geotechnical engineering services.
    The document pertains to the amendment of the A/E Geotechnical Engineering and Related Services contract (SATOC) designated as W912WJ25RA003. It addresses inquiries received regarding the solicitation process. The first question clarifies the contents required for Volume I and Volume II of submissions: Volume I must include the cover letter and the SF330 Part I, while Volume II should encompass all other requested materials. The second inquiry requests a link to the PIEE solicitation, which has been provided. The final question seeks clarification on whether the contract is new or has an incumbent provider, to which it is confirmed that the previous contract number is W912WJ21D0001. This document primarily serves to assist potential bidders by providing critical information required for their proposals, ensuring they meet the guidelines specified in the solicitation process for the engineering services sought by the government.
    The document pertains to an amendment of an RFP (Request for Proposal) concerning A/E Geotechnical Engineering and Related Services, identified by SATOC W912WJ25RA003. It addresses two specific inquiries regarding the submission process for proposal documentation. The first question confirms that no cost submittals, including labor rates or pricing elements, are necessary for either Volume I or Volume II of the proposal. The second question clarifies that the SF330 Part II must be included in Volume II. This amendment provides critical guidance for prospective bidders, ensuring clarity in proposal requirements without the need for pricing information in the initial submissions. Overall, the document supports the aim to streamline the proposal process for geotechnical services by delineating submission expectations.
    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
    Increasing capacity on IDIQ W912WJ19D0003
    Dept Of Defense
    The Department of Defense, specifically the Army Corps of Engineers New England District, is seeking to increase capacity on the existing IDIQ contract W912WJ19D0003 for environmental support services. The procurement focuses on three main program areas: a Groundwater Treatment Plant Treatability Study at Hanscom Air Force Base in Bedford, MA, a Remedial Investigation for LF004 at the same base, and construction phase services at the Raymark Superfund Site in Stratford, CT. This additional capacity is crucial to ensure the timely completion and maintenance of ongoing environmental remediation efforts. Interested parties can contact Elizabeth Glasgow at elizabeth.k.glasgow@usace.army.mil or Erin Bradley at erin.e.bradley@usace.army.mil for further details.
    A-E Master Planning Services IDC
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE) - Tulsa District is seeking qualified architect-engineer firms to provide Master Planning Services through a competitive Firm-Fixed-Price Indefinite Delivery Contract (IDC). The procurement aims to solicit professional, multi-discipline A-E services primarily within military and civil boundaries across Texas, Oklahoma, Louisiana, Arkansas, and southern Kansas, in accordance with relevant regulations and acquisition instructions. These services are crucial for effective regional planning and environmental management, ensuring that the USACE can meet its operational needs. Interested firms, particularly those classified as Small Business, Section 8(a), HUBZone, Service-Disabled Veteran-Owned Small Business (SDVOSB), or Woman-Owned Small Business (WOSB), are encouraged to express their interest and capabilities by contacting Thomas Howard at thomas.howard@usace.army.mil or by phone at 918-669-4389.
    A-E HYDROGRAPHIC MAPPING AND SURVEYING SERVICES
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE), Portland District, is seeking responses from small business firms for architect-engineering (A-E) services related to hydrographic mapping and surveying. The procurement aims to gather information on the capabilities and qualifications of interested parties to inform future solicitation strategies, with a focus on various hydrographic and geodetic services, including single transducer and multi-beam surveys, side-scan sonar, and environmental monitoring. This contract, anticipated to be advertised in April 2026, will be awarded in accordance with the Brooks A-E Act, and interested firms must submit their qualifications and relevant project examples by January 5, 2026, at 3:00 p.m. Pacific Time, to Kristel Flores and Alicia Evans via email. Firms must also be registered in the System for Award Management (SAM) to be eligible for consideration.
    A-E Topography and Photogrammetry Services
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Portland District, is seeking qualified small businesses to provide architect-engineering services for Topography and Photogrammetry. The procurement aims to fulfill a requirement for professional surveying services, including land surveying, topographic mapping, and specialized aerial and hydrographic surveys, under the supervision of a licensed Professional Land Surveyor. This initiative is crucial for supporting various engineering and real property projects, ensuring accurate data collection and analysis for infrastructure development. Interested firms must submit their qualifications and relevant project experience by January 5, 2026, at 3:00 PM Pacific Time, to David Cook and Alicia Evans via the provided email addresses.
    INDEFINITE DELIVERY CONTRACT FOR ARCHITECT AND ENGINEERING (A-E) SERVICES FOR TOPOGRAPHIC AND HYDROGRAPHIC SURVEYING AND MAPPING SERVICES TO SUPPORT THE CARIBBEAN DISTRICT AND USACE
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Caribbean District, is seeking qualified small business firms to provide architect and engineering (A-E) services for topographic and hydrographic surveying and mapping. The contract aims to support various civil works projects within the geographic boundaries of Puerto Rico and the Antilles, including tasks such as property boundary surveys, geodetic control surveys, and inland hydrographic surveying. This Indefinite Delivery, Indefinite Quantity contract will have a maximum order limit of $5 million over a potential five-year period, with responses due to the primary contact, Katrina Chapman, at katrina.l.chapman@usace.army.mil by the specified deadline. Interested firms are encouraged to submit a Statement of Capability detailing their experience, equipment, and past performance relevant to the required services.
    INDEFINITE DELIVERY INDEFINITE QUANTITY CONTRACT FOR ARCHITECT-ENGINEER SERVICES FOR VARIOUS CIVIL PROJECTS AND OTHER PROJECTS UNDER THE COGNIZANCE OF NAVAL FACILITIES ENGINEERING SYSTEMS COMMAND, PACIFIC
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command, Pacific, is seeking qualified architect-engineer firms to provide a range of services for various civil projects under an Indefinite Delivery Indefinite Quantity (IDIQ) contract. This contract, valued at up to $200 million over a one-year base period with four option years, will encompass services such as site development, Military Construction documentation, design-build and design-bid-build documents, technical surveys, cost estimates, and post-construction award services. The procurement is unrestricted under NAICS Code 541330, and firms will be evaluated based on criteria including specialized experience, key personnel qualifications, past performance, and commitment to small business. Interested parties must submit a completed Standard Form SF 330 by January 8, 2026, at 2:00 p.m. Hawaii Standard Time, and can contact Shaun Bissen at shaun.m.bissen.civ@us.navy.mil or Ann Saki-Eli at ann.h.sakieli.civ@us.navy.mil for further information.
    Increasing capacity on IDIQ W912WJ18D0007
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army through the W2SD Endist New England office, is seeking to increase capacity under the Indefinite Delivery Indefinite Quantity (IDIQ) contract W912WJ18D0007. This opportunity focuses on acquiring other environmental services, which are crucial for various defense-related projects and environmental management efforts. The work will take place in Brooksville, Maine, and is essential for maintaining compliance with environmental regulations and supporting military operations. Interested parties can reach out to Elizabeth Glasgow at elizabeth.k.glasgow@usace.army.mil or call 978-318-8671 for further details regarding this procurement.
    Small Business Construction MATOC
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers New England District, is soliciting proposals for a Small Business Construction Multiple Task Order Contract (MATOC). This procurement aims to engage small businesses in the construction of various commercial and institutional buildings, as outlined under NAICS code 236220, with a focus on the construction of miscellaneous buildings. The MATOC is crucial for supporting the Army's infrastructure needs within the North Atlantic Division Area of Responsibility, ensuring that qualified small businesses can contribute to essential construction projects. Interested parties should contact Elizabeth Glasgow at elizabeth.k.glasgow@usace.army.mil or Erin Bradley at erin.e.bradley@usace.army.mil for further details, as this opportunity is set aside exclusively for small businesses under FAR 19.5 regulations.
    Civil Works Multi-Discipline Architect/Engineer (A/E) Multiple Award Task Order Contract (MATOC)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army through the W2SD Endist Baltimore office, is seeking qualified architect-engineer firms for a Civil Works Multi-Discipline Architect/Engineer (A/E) Multiple Award Task Order Contract (MATOC). This procurement is focused on engineering services, excluding projects for vertical construction facilities, and is set aside for small businesses under the SBA guidelines. The anticipated solicitation issuance date is December 20, 2025, with additional time allocated for proposal submissions due to the holiday season. Interested firms can reach out to Evan Cyran at evan.m.cyran@usace.army.mil or 410-962-6037, or Sherry Rhoden at sherry.s.rhoden@usace.army.mil or 443-890-3871 for further information.
    A-E Civil Planning and Design Services - Multiple-Award Task Order Contract - Unrestricted with Small Business Reserve (Kansas City District)
    Dept Of Defense
    The U.S. Army Corps of Engineers, Kansas City District, is soliciting qualified architect-engineer firms for a Multiple Award Task Order Contract (MATOC) focused on civil planning and design services. This unrestricted contract, which includes a small business reserve, aims to provide essential A-E services for various projects, including flood risk management, water supply, environmental infrastructure, and ecosystem restoration, across the Northwestern Division Area of Responsibility. The total contract capacity is $95 million, with seven awards anticipated, four of which are designated for small businesses. Interested firms must submit their qualifications via the PIEE Solicitation Module by January 15, 2026, and should ensure they are registered in SAM.gov and compliant with relevant regulations. For further inquiries, contact Erick Ottoson at erick.s.ottoson@usace.army.mil or Laura Hedrick at laura.l.hedrick@usace.army.mil.