A/E SERVICES FOR GEOTECHNICAL ENGINEERING AND RELATED SERVICES
ID: W912WJ25RA003Type: Combined Synopsis/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
  1. 1
    Posted Apr 3, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 15, 2025, 12:00 AM UTC
  3. 3
    Due Apr 30, 2025, 6:00 PM UTC
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
Apr 15, 2025, 4:05 PM UTC
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.
Apr 15, 2025, 4:05 PM UTC
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.
Apr 15, 2025, 4:05 PM UTC
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.
Apr 1, 2025, 5:04 PM UTC
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.
Apr 1, 2025, 5:04 PM UTC
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.
Apr 1, 2025, 5:04 PM UTC
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
Multi-Disciplined Architect/Engineer (A/E) Indefinite Delivery/Indefinite Quantity (IDIQ) Contracts to Support the U.S. Army Corps of Engineers, Baltimore District and North Atlantic Division (NAD)
Buyer not available
The U.S. Army Corps of Engineers, Baltimore District, is seeking qualified architect-engineer firms to provide multi-disciplined A/E services through a series of Indefinite Delivery/Indefinite Quantity (IDIQ) contracts. The procurement aims to award up to twelve contracts, with a target of six reserved for small businesses, to support various projects within the North Atlantic Division, with a total capacity not exceeding $500 million. The services required will primarily focus on Sustainment, Restoration, and Maintenance (SRM), along with other engineering tasks such as design, cost estimating, environmental documentation, and construction support. Interested firms should contact Erica Stiner or Leigha Arnold via email for further information, with the solicitation synopsis expected to be issued in the third quarter of FY25.
INDEFINITE DELIVERY/INDEFINITE QUANTITY (IDIQ) MULTIPLE AWARD TASK ORDER CONTRACTS (MATOCs) FOR ARCHITECT-ENGINEER SERVICES
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Omaha District, is seeking qualified firms for Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Task Order Contracts (MATOCs) for Architect-Engineer (A-E) services. This opportunity focuses on gathering information from firms, particularly small businesses and those owned by veterans and women, with expertise in high-security engineering projects, including Sensitive Compartmented Information Facilities (SCIFs) and classified design documentation. The anticipated contract period spans seven years, with a total projected value of approximately $249 million, emphasizing the importance of security and renovation engineering to support the Department of Defense and federal agencies. Interested firms must submit their qualifications in a single PDF by April 18, 2025, and should be registered in the System for Award Management (SAM) for eligibility. For further inquiries, contact Michelle M. Alcover at michelle.m.alcover@usace.army.mil or Tyler P. Hegge at tyler.hegge@usace.army.mil.
Architect-Engineer (A-E) Geotechnical Investigative Services SATOC
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Middle East District, is seeking qualified architect-engineer firms to provide geotechnical investigative services under a Single Award Task Order Contract (SATOC). The primary objective is to support design and construction activities for various missions associated with U.S. Central Command (CENTCOM) and other Department of Defense initiatives over a five-year period. This contract, valued at $9 million, will be awarded through full and open competition, with a performance period consisting of a 36-month base ordering period and a 24-month optional ordering period. Interested firms should submit their proposals electronically via the Procurement Integrated Enterprise Environment (PIEE) by the specified deadline, and can contact David Walden or Benjamin Williams for further information.
Sources Sought for Architect-Engineer Design Services for Civil Works Projects (U.S. Army Corps of Engineers, Kansas City District)
Buyer not available
The U.S. Army Corps of Engineers (USACE), Kansas City District, is seeking qualified architect-engineer firms to provide civil works design services for various projects, including military installations and hazardous waste missions. The procurement aims to establish a Multiple-Award, Indefinite-Delivery Indefinite-Quantity (IDIQ) Task Order contract, with a total capacity limit of $95 million, to support a range of civil design services such as flood risk management, eco-restoration, and engineering support. Interested firms are encouraged to submit a capabilities package by May 7, 2025, to Contract Specialist Erick Ottoson at erick.s.ottoson@usace.army.mil, with a copy to Contracting Officer Laura Hedrick at laura.l.hedrick@usace.army.mil, as this notice serves as a market survey and is not a request for proposals.
Notice for Architect and Engineering (A-E) Services to Support Planning, Design and Construction for the USACE South Atlantic Division, Mobile District, Military Design and Construction Program
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers (USACE) South Atlantic Division, is seeking qualified architect-engineering firms to provide comprehensive planning, design, and construction support for military projects within the Mobile District. The procurement aims to secure professional services that will facilitate the effective execution of the Military Design and Construction Program, which is vital for maintaining and enhancing military infrastructure. Interested firms should note that the primary point of contact for this solicitation is Kellden Williams, who can be reached at KELLDEN.WILLIAMS@USACE.ARMY.MIL or by phone at 251-694-3860, with a secondary contact available as well. Further details regarding submission deadlines and evaluation criteria will be provided in the solicitation documents.
Indefinite Delivery Indefinite Quantity (IDIQ) Civil Works Design and Survey and Photogrammetric Mapping
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Albuquerque District, is seeking qualified architect-engineer firms for an Indefinite Delivery Indefinite Quantity (IDIQ) contract focused on civil works design, surveying, and photogrammetric mapping services. This contract aims to support flood control and erosion protection projects within the Albuquerque District, which encompasses areas in Southern Colorado, New Mexico, and Southwest Texas, with potential work extending beyond these regions. The anticipated contract value is up to $49.9 million, with individual task orders ranging from $20,000 to $500,000, and interested firms must respond to this sources sought notice by May 16, 2025, to express their capabilities and qualifications. For further inquiries, firms can contact Robert J. McPherren at robert.j.mcpherren@usace.army.mil or by phone at 505-342-3455.
Unrestricted Military & Civil A-E Services MATOC
Buyer not available
The Department of Defense, specifically the Department of the Army through the W071 Endist Omaha office, is preparing to issue a presolicitation for an Unrestricted Military and Civil Architect-Engineering (A-E) Services Multiple Award Task Order Contract (MATOC). This procurement aims to award up to five firm fixed price Indefinite Delivery Contracts (IDCs) with a total capacity of $200 million for A-E services related to studies, analysis, and design for military and civil projects within the USACE Northwestern Division. The projects will encompass various types of facilities and structures on military bases and federal installations, including new construction, renovation, and maintenance of facilities such as barracks and utilities. Interested firms must register in the System for Award Management (SAM) and keep their information current, as solicitation documents will be available on https://SAM.gov. For further inquiries, contact Susan Prater at susan.prater@usace.army.mil or Tyler P. Hegge at tyler.hegge@usace.army.mil, with the contract performance period set for five years starting from the award date.
INDEFINITE DELIVERY/INDEFINITE QUANTITY CONTRACT FOR ARCHITECT-ENGINEER SERVICES FOR UTILITY ENGINEERING, UTILITY INFRASTRUCTURE MANAGEMENT, UTILITY OPERATION AND MAINTENANCE, AND UTILITY MANAGEMENT SERVICES WORLDWIDE
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Command (NAVFACSYSCOM Atlantic), is seeking qualified architect-engineer firms for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract to provide utility engineering, infrastructure management, operation and maintenance, and management services worldwide. The contract, which has a potential total fee of $80 million and a guaranteed minimum of $10,000, will cover essential services related to utility systems such as electricity, water, wastewater, and natural gas, emphasizing the importance of effective utility management in military operations. Interested firms must submit a completed SF 330 form, demonstrating their qualifications and past performance, along with a small business subcontracting plan, by May 16, 2025, via the PIEE Solicitation Module. For further inquiries, contact Jamie Oyelowo at jamie.l.oyelowo.civ@us.navy.mil or Edward Flint at edward.d.flint.civ@us.navy.mil.
A-E IDIQ- SYNOPSIS
Buyer not available
The Department of Defense, through the Department of the Army, is seeking qualified architect-engineer firms for an Indefinite Delivery Indefinite Quantity (IDIQ) contract to provide A-E services for the Tennessee National Guard. The objective is to award three contracts to support mission requirements for the Air National Guard (ANG) and Army National Guard (ARNG) across East, Middle, and West Tennessee. These services are crucial for maintaining and enhancing the operational capabilities of the National Guard facilities in the region. Interested firms should contact Samuel Beard at samuel.k.beard.civ@army.mil or 615-313-2650, or Sinamar Benauro at sinamar.b.benauro.civ@army.mil or 615-313-0774 for further details.
AE IDIQ Design and Engineering Services for Waterfront -Small Projects - HR AOR
Buyer not available
The Department of Defense, through the NAVFAC Mid-Atlantic office, is seeking qualified small businesses to provide architect-engineer (A-E) design and engineering services for small waterfront projects in the Hampton Roads area of Virginia. The contract, structured as an Indefinite Delivery/Indefinite Quantity (IDIQ) agreement, is valued at up to $95 million over a five-year period and emphasizes the need for specialized experience in designing waterfront structures such as piers and wharves for Navy facilities. This procurement is crucial for enhancing military operational capabilities and ensuring compliance with federal standards in infrastructure development. Interested firms must submit their proposals electronically by April 14, 2025, and can direct inquiries to Demetrice Jenkins at demetrice.jenkins2.civ@us.navy.mil or Catharine Keeling at catharine.a.keeling.civ@us.navy.mil.