C--PACIFIC AND INTERMOUNTAIN REGION IDIQ MULTI-DISCIPLINARY AE DESIGN SERVICES
ID: DOIPFBO260002Type: Sources Sought
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICEDSC CONTRACTING SERVICES DIVISIONDenver, CO, 80225, USA

NAICS

Architectural Services (541310)

PSC

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

    The Department of the Interior, through the National Park Service (NPS), is seeking qualified architect-engineer firms to provide multi-disciplinary design services under a Multiple Award Indefinite Delivery, Indefinite Quantity (IDIQ) contract for the Pacific and Intermountain Regions. The procurement aims to gather market interest and qualifications from both large and small businesses for various architectural and engineering services, including historic structure preservation, accessibility upgrades, and infrastructure improvements. This initiative is crucial for maintaining and enhancing the NPS's facilities and services, ensuring compliance with federal standards and improving visitor experiences. Interested firms must demonstrate their capabilities and comply with federal subcontracting limitations, with responses due by January 16, 2026, at 2:00 PM Mountain Time. For further inquiries, contact Edwin Berry at edwin_berry@contractor.nps.gov or call 303-969-2288.

    Point(s) of Contact
    Files
    Title
    Posted
    The National Park Service (NPS) Denver Service Center (DSC) issued a Sources Sought Notice for multi-disciplinary architect-engineer design services. This notice aims to gather information on interested businesses and their qualifications to develop an acquisition strategy for a competitive Multiple Award IDIQ contract. The NPS anticipates issuing a Request for Qualifications in January 2026. The contract will cover a five-year ordering period with a maximum ordering limitation of $150,000,000 and individual task orders not exceeding $3,000,000. Projects will be located throughout the Intermountain Region, with a secondary nationwide coverage. Firms must be certified in SAM, demonstrate compliance with FAR Clause 52.219-14 (Limitations on Subcontracting), and possess or be able to obtain professional licenses for required disciplines. Responses are due by January 16, 2026, at 3:00 PM Mountain Time.
    The National Park Service (NPS) Denver Service Center (DSC) issued Amendment 01 to a Sources Sought Notice for multi-disciplinary architect-engineer design services. This notice seeks to gauge market interest from both large and small businesses for potential Multiple Award Indefinite Delivery, Indefinite Quantity (IDIQ) contracts. The NPS anticipates a competitive acquisition, possibly with small business set-asides, for projects within the Pacific and Intermountain Regions and nationwide. The contract will have a five-year ordering period, a maximum ordering limitation of $150,000,000, and individual task orders not exceeding $3,000,000. Required services include various architectural and engineering disciplines for projects like historic structure preservation, accessibility upgrades, and infrastructure improvements. Firms must demonstrate capabilities, professional licenses, and compliance with federal subcontracting limitations (50% self-performance). Responses are due by January 16, 2026, at 2:00 PM Mountain Time.
    Lifecycle
    Similar Opportunities
    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 (NAVFACSYSCOM PACIFIC), is seeking qualified architect-engineer firms for an Indefinite Delivery Indefinite Quantity (IDIQ) contract to provide various civil engineering services. The contract, valued at up to $200 million over a one-year base period with four option years, will encompass a range of services including site development, design documentation, technical surveys, and post-construction services, primarily focused on projects in Hawaii, Guam, Tinian, Australia, the Philippines, and the Federated States of Micronesia. Interested firms must submit a completed SF 330 package by January 8, 2026, at 2:00 p.m. Hawaii Standard Time, and will be evaluated based on criteria such as specialized experience, qualifications of key personnel, past performance, and commitment to small business participation. For further inquiries, interested parties may contact Shaun Bissen at shaun.m.bissen.civ@us.navy.mil or Ann Saki-Eli at ann.h.sakieli.civ@us.navy.mil.
    INDEFINITE DELIVERY/INDEFINITE QUANTITY CONTRACT FOR MULTI-DISCIPLINE ARCHITECT-ENGINEER SERVICES FOR VARIOUS MULTI-DISCIPLINE ENGINEERING AND RELATED PROJECTS UNDER THE COGNIZANCE OF NAVAL FACILITIES ENGINEERING SYSTEMS COMMAND, HAWAII
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC) Hawaii, is seeking qualified architect-engineer firms for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract to provide multi-discipline architect-engineer services for various projects primarily located in Hawaii, with potential for worldwide application. The contract, which is a total small business set-aside, includes a base period of one year with four additional one-year options and a six-month extension, with a total fee not exceeding $20 million and a guaranteed minimum of $3,000. The selected firm will be responsible for a range of services including project documentation, design-build documents, engineering studies, and post-construction services, with task orders valued between $5,000 and $1.5 million. Interested firms must submit their qualifications via the SF330 form by December 30, 2025, at 2:00 PM Hawaii Standard Time, and are encouraged to contact Kelcie Kimura or Kris Nakashima-Wong for further information.
    Architect-Engineer Supplemental Services - North Central Regional Office
    Justice, Department Of
    The Department of Justice, specifically the Federal Bureau of Prisons, is seeking qualified architect-engineer firms to provide supplemental services for various facilities in the North Central Region, which includes states such as Colorado, Illinois, and Kansas. The procurement involves indefinite-delivery indefinite-quantity (IDIQ) contracts with a one-year base period and up to four option years, focusing on complex design efforts within secure correctional environments. Interested firms must submit their qualifications using the Standard Form 330, with a guaranteed minimum contract amount of $10,000 and an estimated maximum of $7.5 million annually. Submissions are due by January 19, 2026, and should be directed to Kevin Slone at kslone@bop.gov.
    INDEFINITE DELIVERY/INDEFINITE QUANTITY CONTRACT FOR ARCHITECT-ENGINEER SERVICES FOR AIR INSTALLATIONS COMPATIBLE USE ZONES (AICUZ) AND RANGE AIR INSTALLATIONS COMPATIBLE USE ZONES (RAICUZ) STUDIES AND OTHER ENCROACHMENT MANAGEMENT OR READINESS SUSTAINMENT
    Dept Of Defense
    The Department of Defense, through the Department of the Navy's NAVFACSYSCOM Atlantic, is seeking qualified architect-engineer firms for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract focused on Air Installations Compatible Use Zones (AICUZ) and Range Air Installations Compatible Use Zones (RAICUZ) studies, along with other encroachment management and readiness sustainment services. The contract aims to provide multi-discipline Architect-Engineer (AE) services, including the preparation and updating of AICUZ/RAICUZ studies, noise studies, and Encroachment Action Plans (EAPs), primarily for projects located in the Continental United States (CONUS) but may extend globally. This opportunity is crucial for ensuring the compatibility of military operations with surrounding communities and managing encroachment issues effectively. Interested small businesses, including those with 8(a), HUBZone, SDVOSB, WOSB, and EDWOSB designations, must submit a capabilities package by January 9, 2026, detailing their relevant experience and qualifications, as large business submissions will not be considered. For further inquiries, contact Hannah Smith at hannah.g.smith32.civ@us.navy.mil or Kathleen Delashmitt at kathleen.a.delashmitt.civ@us.navy.mil.
    Multiple-Award Architect-Engineer Services
    Commerce, Department Of
    The Department of Commerce's National Institute of Standards and Technology (NIST) is seeking qualified architect-engineer firms to provide multiple-award A-E services for its facilities located in Colorado and Hawaii. The procurement aims to secure professional services for design, renovation, and construction projects, including specialized areas such as scientific research laboratories and hazardous material remediation, with a focus on mechanical, electrical, and plumbing (MEP) disciplines. This initiative is crucial for maintaining and enhancing NIST's operational capabilities across approximately 30 buildings, totaling around 650,000 square feet, which house various scientific and administrative functions. Interested firms must submit their responses by January 16, 2026, and can direct inquiries to Julie Morris at julie.morris@nist.gov or by phone at 303-497-6504.
    WFL AE Design IDIQ
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Highway Administration's Western Federal Lands Highway Division (WFLHD), is seeking qualified architect-engineer firms for the WFL AE Design IDIQ contract. This procurement aims to award up to five Indefinite Delivery Indefinite Quantity (IDIQ) contracts, with a shared ceiling of $60 million, to provide multi-discipline engineering services primarily for transportation infrastructure projects across Alaska, Idaho, Montana, Oregon, Washington, and Wyoming. The selected firms will be responsible for a range of services including project management, highway design, environmental compliance, and construction support, with two contracts set aside for small businesses. Interested firms must submit a completed SF 330 by January 15, 2026, and be registered in SAM.gov, while ensuring they meet specific experience and licensing requirements. For further inquiries, contact Kyle M. Wood at WFL.AE@DOT.GOV or call 360-619-7860.
    Y--PINN 250983 - Rehab Old Pinn Trailhead Parking Area/Shuttle Stop
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is seeking contractors for the rehabilitation of the Old Pinn Trailhead Parking Area and Shuttle Stop at Pinnacles National Park, California. The project aims to enhance visitor experience and operational efficiency by repaving the parking area, installing a new accessible vault toilet, creating a designated shuttle stop with a shade structure, extending a water line, and adding various amenities, addressing current safety hazards and operational challenges. This initiative is crucial for maintaining the park's infrastructure and improving visitor services, with an estimated contract value between $2,000,000 and $3,000,000 and a performance period of 365 calendar days. Interested parties should contact Shellie Murphy at shelliemurphy@nps.gov or call 720-610-2690, and submit responses to the Sources Sought Notice by January 15, 2026, to inform the acquisition strategy and potential small business set-aside determinations.
    INDEFINITE QUANTITY ARCHITECT-ENGINEER SERVICES FOR VARIOUS STRUCTURAL AND WATERFRONT PROJECTS AND OTHER PROJECTS AT LOCATIONS UNDER THE COGNIZANCE OF NAVAL FACILITIES ENGINEERING COMMAND, PACIFIC
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Pacific (NAVFACSYSCOM PACIFIC), is seeking qualified architect-engineer firms to provide indefinite quantity services for various structural and waterfront projects. The procurement aims to secure professional services that will support the design and engineering needs for projects under the command's jurisdiction, emphasizing the importance of structural engineering expertise in maintaining and enhancing naval facilities. Interested firms can reach out to Erik S. Torngren at erik.torngren@navy.mil or 808-474-6476, or Shaun M. Chow at shaun.chow@navy.mil or 808-471-1166 for further details regarding the attached justification and approval document.
    Solicitation of a Concession Business Opportunity to Operate Pack Station, Guided Trail Rides, and Other Services within Sequoia and Kings Canyon National Parks
    Interior, Department Of The
    The Department of the Interior, through the National Park Service (NPS), is soliciting proposals for a ten-year concession contract to operate a pack station, guided trail rides, and additional services within Sequoia and Kings Canyon National Parks. This opportunity aims to enhance visitor experiences by providing recreational services in these iconic national parks, which are vital for tourism and outdoor activities. Interested parties must submit a "Notice of Intent to Propose" by January 29, 2026, and electronic proposals are due by February 19, 2026, with inquiries directed to Mark Juretschke at markjuretschke@nps.gov by December 11, 2025.
    INDEFINITE DELIVERY/INDEFINITE QUANTITY CONTRACT FOR ARCHITECT-ENGINEER SERVICES FOR GEOTECHNICAL ENGINEERING SERVICES AT VARIOUS ACTIVITIES LOCATED WITHIN THE NAVAL FACILITIES ENGINEERING SYSTEM COMMAND ATLANTIC (NAVFAC ATLANTIC) AREA OF RESPONSIBILITY,
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Atlantic (NAVFAC ATLANTIC), is seeking qualified architect-engineer firms to provide indefinite delivery/indefinite quantity (IDIQ) services for geotechnical engineering at various activities within its area of responsibility worldwide. The procurement aims to secure professional services that include geotechnical investigations, analysis, and recommendations to support construction and maintenance projects. These services are critical for ensuring the structural integrity and safety of military facilities and infrastructure. Interested firms should reach out to Liz Roberts at elizabeth.l.roberts31.civ@us.navy.mil for further details regarding the solicitation, which is identified as N6247026R0009.