C--Pre-Sol Notice for AE Multiple Award Contract
ID: 140R8125R0002Type: Special Notice
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF RECLAMATIONDENVER FED CENTERDENVER, CO, 80225, USA

NAICS

Engineering Services (541330)

PSC

ARCHITECT AND ENGINEERING- GENERAL: OTHER (C219)
Timeline
  1. 1
    Posted Feb 18, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 27, 2025, 12:00 AM UTC
  3. 3
    Due Apr 7, 2025, 12:00 PM UTC
Description

The Bureau of Reclamation (BOR) is issuing a Pre-Solicitation Notice for an Architect-Engineer Multiple Award Contract (AE-MAC) aimed at conducting market research to inform its acquisition strategy for engineering services. Interested firms are required to demonstrate their qualifications and relevant experience in various disciplines, including geotechnical services, civil engineering, and dam safety, under the NAICS code 541330, which has a small business size standard of $25.5 million. This initiative is crucial for ensuring the BOR can effectively manage and execute engineering projects across the continental United States, with the intention to award three to five Indefinite Delivery Indefinite Quantity (IDIQ) contracts totaling no more than $50 million over a five-year period. Firms must submit their interest and qualifications by April 7, 2025, to Megan Swift at mswift@usbr.gov, as further instructions will be provided in a formal solicitation expected to be released around March 11, 2025.

Point(s) of Contact
Files
Title
Posted
The Bureau of Reclamation (BOR) is issuing a Pre-Solicitation Notice for an Architect-Engineer Multiple Award Contract (AE-MAC) to conduct market research under Federal Acquisition Regulations (FAR) Part 10. The goal is to determine the acquisition strategy, including potential set-asides, for engineering services defined under NAICS code 541330, with a small business size standard of $25.5 million. Interested firms must respond with their company details, qualifications, and experience in disciplines such as Geotechnical Services, Civil Engineering, Infrastructure Services, Water & Environmental Services, Dam Engineering & Dam Safety, and Technical Support Services. The BOR intends to award 3 to 5 Indefinite Delivery Indefinite Quantity (IDIQ) contracts totaling no more than $50 million for a five-year period. Responses are due by April 7, 2025, and firms must provide detailed qualifications and service capabilities. This notice is part of the pre-qualification process prior to a formal RFP to be released around March 11, 2025, which will specify submission instructions. Notably, telephonic, mailed, or faxed requests for hard copies are not allowed; the notice is only accessible online at the Contract Opportunities website.
Mar 27, 2025, 8:06 PM UTC
The Bureau of Reclamation (BOR) is issuing a Pre-Solicitation Notice for an Architect-Engineer Multiple Award Contract (AE-MAC) as part of market research to shape its acquisition strategy per Federal Acquisition Regulations. The focus is on engineering services under NAICS code 541330, with a small business size standard of $25.5 million. Interested firms must provide their SAM Unique Entity Identification Number, small business program qualifications, and a summary of relevant experience across multiple disciplines, including geotechnical services, civil engineering, infrastructure services, and dam safety. Firms must submit their interest, including contact information, in a specified format by March 7, 2025. The BOR intends to award three to five Indefinite Delivery Indefinite Quantity (IDIQ) contracts, capped at a total of $50 million for five years, with tasks ordered as needed throughout the continental United States. It’s emphasized that this notice is not a Request for Qualifications or Proposal; further instructions will be rolled out in a separate notice around March 11, 2025. The notice and updates will only be available online, underscoring the need for electronic submissions and inquiries.
Mar 27, 2025, 8:06 PM UTC
The document serves as a pre-solicitation notice for an Architect-Engineer Multiple Award Contract (AE-MAC) project, inviting questions from potential vendors. It confirms the existence of an incumbent contract valued at $225 million, active from October 2021 to September 2026, held by five contractors. The point of contact for submissions is identified as Megan Swift, and the deadline for response is March 7th. The release of the upcoming solicitation has been delayed, with no specific timeline provided. Past query responses indicate that vendors can propose on subsets of disciplines and that responses from those who did not participate in the pre-solicitation will also be accepted. The pre-solicitation aims to gather information to inform acquisition strategy and set-asides, making it crucial for interested parties to engage and stay informed about future developments. Overall, this document facilitates communication between the government agency and contractors while setting the stage for upcoming solicitation activities.
Lifecycle
Title
Type
Special Notice
Similar Opportunities
USDA Forest Service -Region 1 AE Facility Design Services_Pre-solicitation
Buyer not available
The USDA Forest Service is seeking qualified engineering firms to provide Indefinite Delivery, Indefinite Quantity (IDIQ) contract services for professional engineering and design projects primarily in Montana, with potential work extending to North Dakota, Idaho, Washington, and South Dakota. The procurement aims to select up to ten firms based on their qualifications, specialized experience, capacity, past performance, and geographical presence to support various engineering disciplines, including architecture, civil, mechanical, and electrical engineering, focusing on the construction, maintenance, and renovation of facilities. This opportunity is set aside for small businesses, with a primary contract term of one year and four optional extensions, totaling a potential five-year engagement. Interested firms must submit their qualifications by May 15, 2025, and registration in the System for Award Management (SAM) is mandatory for eligibility. For further inquiries, contact Gilbert Chonje at gilbert.chonje@usda.gov or call 931-378-8014.
Y--ROCKFALL MITIGATION HOOVER DAM - IDIQ
Buyer not available
The Department of the Interior, specifically the Bureau of Reclamation, is seeking qualified contractors for a potential five-year Indefinite-Delivery/Indefinite Quantity (IDIQ) contract focused on rockfall mitigation near Hoover Dam. The procurement aims to secure services for rock stabilization tasks, including scaling, cleaning, and securing steep rock slopes, with contractors required to demonstrate compliance with safety standards and possess necessary certifications. This initiative is critical for maintaining safety and structural integrity in the area, with task orders expected to range from $500,000 to $1 million, culminating in an estimated total contract value of $5 million over the contract duration. Interested businesses must submit their capability statements by May 9, 2025, and are required to register in the System for Award Management (SAM) to participate; inquiries can be directed to Bryan Williamson at bwilliamson@usbr.gov or by phone at 702-293-8452.
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.
Brandon Road Interbasin Project A-E Design Services Single Award IDIQ
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers, Rock Island District, is seeking qualified architect-engineer firms for the Brandon Road Interbasin Project, which involves a Single Award Indefinite Delivery/Indefinite Quantity (IDIQ) contract for design and engineering services. The primary objective of this procurement is to provide comprehensive services for a complex ecosystem restoration project aimed at preventing the movement of invasive species into the Great Lakes, utilizing innovative deterrent technologies and ensuring compliance with federal regulations. The contract, valued at a maximum of $85 million, spans five years with potential extensions and requires firms to demonstrate their qualifications, experience, and capacity to deliver high-quality engineering services. Interested parties must submit their qualifications by 2:00 p.m. Central Time on May 29, 2025, and can direct inquiries to Samantha Johanson or Brunson Grothus via their provided email addresses.
Northwest Zone Architecture & Engineering Professional Services IDIQ
Buyer not available
The U.S. Department of Agriculture, Forest Service, is seeking qualifications from architect-engineer firms for multiple award Indefinite Delivery-Indefinite Quantity (IDIQ) contracts under the Northwest Zone Architecture & Engineering Professional Services initiative. The procurement aims to secure professional AE services across three engineering disciplines—Transportation, Facilities, and Environmental—essential for the development, design, construction, and maintenance of real property managed by the Forest Service in Regions 6 (Oregon and Washington) and 10 (Alaska). The selected contractors will provide a range of services, including architectural and engineering designs, technical reports, and construction management, with a contract duration of five years. Interested firms must submit their qualifications, including a completed Standard Form 330, by May 21, 2025, at 4:00 PM PST, and can direct inquiries to Janet Paul at janet.paul@usda.gov.
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.
Z--Battle Creek - South Diversion Dam and Canal Removal
Buyer not available
The Bureau of Reclamation, part of the Department of the Interior, is preparing to issue a Request for Proposal (RFP) for a firm fixed-price construction contract focused on the removal of the Battle Creek South Diversion Dam and associated canal. The project involves significant demolition work, including the dismantling of multiple diversion dams and the excavation and filling of the South Canal, with an estimated project cost ranging from $10 million to $15 million. This procurement is crucial for environmental restoration efforts in the region and is open to all responsible sources, with a requirement for 100% performance and payment bonds. Interested contractors must be registered in the System for Award Management (SAM) and can expect the solicitation to be posted on or around January 3, 2025, with proposals due approximately by February 3, 2025. For inquiries, contact Rosana Yousef Goarji at RYousefgoarji@usbr.gov or call 916-978-5004.
Rocky Mountain Region 2 AE Cadastral Boundary Surveying Services IDIQ
Buyer not available
The Department of Agriculture, specifically the Forest Service, is seeking qualified small businesses to provide non-personal Architect-Engineer (A-E) services through up to five Indefinite Delivery-Indefinite Quantity (IDIQ) contracts for cadastral boundary surveying within the Rocky Mountain Region. The selected firms will be responsible for a range of professional land surveying services, including retracement of land surveys, boundary marking, and geodetic control surveys, primarily across designated National Forests and Grasslands in Colorado, Wyoming, South Dakota, Nebraska, and Kansas. This procurement is crucial for maintaining accurate land boundary management and supporting the USDA's objectives in efficient natural resource management. Interested firms must submit their qualifications by May 13, 2025, with a total contract value not exceeding $4 million, and should contact Tanya Spanfellner at tanya.spanfellner@usda.gov for further information.
REHABILITATE TEMPLE BAR WELL #4
Buyer not available
The Department of the Interior, through the National Park Service, is soliciting proposals for the rehabilitation of Temple Bar Well 4 at Lake Mead National Recreation Area. The project aims to enhance water flow and quality by inspecting and replacing existing infrastructure, including the pump, motor, and downpipe, while ensuring compliance with state and federal regulations. This initiative is crucial for maintaining water supply facilities and emphasizes environmental responsibility and community coordination during construction. Interested contractors should note that the estimated project value is between $100,000 and $250,000, with a total small business set-aside. Proposals are due by the specified deadline, and inquiries can be directed to Michelle Bennett at MichelleBennett@nps.gov or by phone at 702-293-8909. A pre-bid site visit is scheduled for May 6, 2025, with pre-registration required by May 5, 2025.
Intermountain Region 4 AE Cadastral Boundary Surveying Service IDIQ
Buyer not available
The Department of Agriculture, specifically the Forest Service, is seeking qualified small business architect-engineer firms to provide Non-Personal Architect-Engineer (A-E) Services for the Intermountain Region 4 Cadastral Boundary Surveying Service IDIQ. The procurement aims to establish up to eight Indefinite Delivery Indefinite Quantity (IDIQ) contracts over a five-year period, with a total funding cap of $4 million, focusing on professional land surveying services across Idaho, Wyoming, Utah, Nevada, and California. These services are crucial for effective land management, ensuring accurate boundary delineation, and addressing property-related issues within National Forests and Grasslands. Interested firms must submit their qualifications via the SF 330 form by May 15, 2025, and can direct inquiries to Tanya Spanfellner at tanya.spanfellner@usda.gov.