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
    Description

    The Bureau of Reclamation (BOR) is issuing a Pre-Solicitation Notice for an Architect-Engineer Multiple Award Contract (AE-MAC) aimed at acquiring engineering services under NAICS code 541330. Interested firms are required to demonstrate their qualifications and relevant experience in various disciplines, including geotechnical services, civil engineering, infrastructure services, and dam safety, while also providing their SAM Unique Entity Identification Number. The BOR plans to award three to five Indefinite Delivery Indefinite Quantity (IDIQ) contracts, with a total cap of $50 million over five years, and firms must express their interest by March 7, 2025, as further instructions will be provided in a subsequent notice around March 11, 2025. For inquiries, interested parties can contact Megan Swift at mswift@usbr.gov or by phone at 303-445-2722.

    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) 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.
    Lifecycle
    Title
    Type
    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 establish multiple Indefinite Delivery/Indefinite Quantity (IDIQ) contracts aimed at supporting various projects within the North Atlantic Division. The procurement anticipates awarding up to twelve contracts, with a target of six reserved for small businesses, to provide comprehensive A/E services, including design, planning, environmental documentation, and construction support, with a total contract capacity not exceeding $500 million. These services are crucial for the sustainment, restoration, and maintenance of military and civil works projects, ensuring compliance with federal regulations and standards. Interested firms should contact Erica Stiner or Leigha Arnold for further details, with the solicitation expected to be issued in the second quarter of FY25.
    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.
    B--Environmental and Cultural Resource Services
    Buyer not available
    Sources Sought INTERIOR, DEPARTMENT OF THE BUREAU OF RECLAMATION is seeking Environmental and Cultural Resource Services. This is a market research and planning request for information, not a solicitation for quotes, proposals, or bids. The government is looking for potential sources capable of providing these services for the Bureau of Reclamation. The primary NAICS Code for this requirement is 541620 - Environmental Consulting Services. The government is interested in both small and large businesses and is considering a five-year single award Indefinite-Delivery Indefinite-Quantity contract. Interested companies are encouraged to respond with their qualifications and capabilities. The deadline for responses is November 14, 2023.
    Sources Sought for Architect-Engineer Planning and Design Services for Civil Works Projects (U.S. Army Corps of Engineers, Kansas City and Omaha Districts)
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is seeking qualified architect-engineer firms to provide planning and design services for various Civil Works Projects in the Kansas City and Omaha Districts. The upcoming procurement aims to establish contracts similar to those awarded in May 2019, which included two multiple-award task order contracts (MATOCs) with a total capacity of $126 million, designed to enhance the Corps' capabilities in executing civil engineering projects. Interested firms should prepare for a Request for Proposals (RFP) anticipated to be released in the first quarter of Fiscal Year 2026, and can direct inquiries to primary contact Erick Ottoson at erick.s.ottoson@usace.army.mil or secondary contact Laura Hedrick at Laura.L.Hedrick@usace.army.mil for further information.
    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.
    Architect and Engineering Services IDIQ-Set Aside for Small Businesses
    Buyer not available
    The General Services Administration (GSA) is seeking qualified small businesses to provide Architect and Engineering (AE) services through Indefinite Delivery Indefinite Quantity (IDIQ) contracts, specifically set aside for small businesses. The procurement involves establishing four single-award IDIQ contracts for a base year with the option for four additional one-year periods, covering various regions across the United States and U.S. Territories. These services are critical for government projects, including design, cost management, and construction management, ensuring compliance with federal standards and sustainable practices. Interested firms must submit their proposals by February 4, 2025, and can direct inquiries to Aaron Lay at aaron.lay@gsa.gov or Shirley Rohmer at shirley.rohmer@gsa.gov.
    A&E Design for Sewers and Ponds
    Buyer not available
    The Department of the Treasury's Bureau of the Fiscal Service is soliciting quotes for Architectural and Engineering (A&E) design services focused on the separation of combined sewers and the expansion of retention ponds at the Armed Forces Retirement Home (AFRH) in Washington, D.C. The project aims to develop a comprehensive design package that includes detailed specifications and drawings, ensuring compliance with federal regulations and enhancing the infrastructure and environmental management capabilities at the AFRH. This initiative is critical for improving stormwater management and sewer systems, reflecting the agency's commitment to serving retired military personnel effectively. Interested firms must have a valid registration on SAM.gov and submit their proposals electronically by 10:00 AM ET on March 6, 2025, with all inquiries due by February 27, 2025. For further information, potential bidders can contact Kaity Eaton or Greg Johnson at purchasing@fiscal.treasury.gov.
    Worldwide Envelope, Roofing, and Waterproofing A&E IDIQ
    Buyer not available
    The U.S. Department of State is seeking proposals for the Worldwide Envelope, Roofing, and Waterproofing Architect-Engineer (A&E) Indefinite Delivery Indefinite Quantity (IDIQ) contract. This procurement aims to secure professional architectural and engineering services for the Roof & Façade Management Program, which includes assessing, designing, and inspecting roofing and waterproofing needs at various Foreign Service Posts globally. The selected contractors will be responsible for delivering high-quality services that comply with U.S. and local codes, ensuring the safety and operational efficiency of U.S. diplomatic facilities abroad. Interested parties should contact Ryan C. Edwards at Edwardsrc@state.gov for further details, with the contract valued at a minimum of $10,000 and a maximum of $4 million over five years.
    Turbine and Generator Hydroelectric IDIQ
    Buyer not available
    The Department of the Interior, specifically the Bureau of Reclamation's Lower Colorado Regional Office, is seeking qualified contractors for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract focused on the manufacturing and rehabilitation of hydroelectric turbine and generator components. The procurement aims to address the repair, remanufacture, and machining of various hydro power plant components, including turbines, generators, valves, and other essential equipment at facilities such as Hoover Dam, Davis Dam, and Parker Dam. This initiative is critical for maintaining the operational efficiency and safety of hydroelectric power generation, with an anticipated contract value exceeding $10 million over a five-year ordering period. Interested parties must submit their capability statements by 5:00 PM Eastern Time on February 28, 2025, to Maxwell Watanga at mwatanga@usbr.gov, referencing the solicitation number DOIRFBO250010.
    Multiple-Award Indefinite Delivery/Indefinite Quantity (IDIQ) Term Contract\ for Full Service Architectural and Engineering Services
    Buyer not available
    The General Services Administration (GSA) is seeking interested parties for a Multiple-Award Indefinite Delivery/Indefinite Quantity (IDIQ) contract for Full Service Architectural and Engineering Services within its Mid-Atlantic Region. The contract will cover services related to repairs, renovations, and modernizations of federal facilities, particularly in occupied buildings that may have historical significance, with projects typically valued up to $5 million. Firms responding to this Sources Sought Notice must demonstrate their experience in relevant projects and outline their capacity to manage multiple concurrent task orders, as the information gathered will inform the government's acquisition decisions with a focus on maximizing opportunities for small businesses. Responses are due by February 28, 2025, and interested parties should contact Janet Coker at janet.coker@gsa.gov or Daniel Langan at Daniel.Langan@gsa.gov for further inquiries.