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 procuring engineering services for complex water and power resource management initiatives. This contract will require multidisciplinary teams to support projects such as high hazard dam engineering and hydroelectric facilities, emphasizing the need for firms with experience in various engineering disciplines, including geotechnical, civil, infrastructure, and environmental services. The total estimated contract value is $60 million, covering multiple projects over a five-year period, with a 45-day preparation period anticipated for responses. Interested firms must provide their SAM Unique Entity Identification Number, confirm eligibility for small business programs, and submit their qualifications by the specified deadlines to 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 its market research in accordance with Federal Acquisition Regulations (FAR). The project targets engineering services for complex water and power resource management initiatives, necessitating multidisciplinary teams to support projects like high hazard dam engineering and hydroelectric facilities. Interested firms must provide their SAM Unique Entity Identification Number, confirm eligibility for small business programs, and demonstrate pertinent experience across various engineering disciplines including geotechnical services, civil engineering, infrastructure services, and environmental services. Responses must adhere to specified formatting and deadlines, with the total contract value estimated at $60 million for multiple projects over five years. Notably, this notice is distinct from a Request for Qualifications (RQ) or Request for Proposal (RFP), with future qualifications to be announced later.
    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.
    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.
    The Bureau of Reclamation is seeking responses for its Architect-engineer Multiple Award Contract (AE-MAC) through a pre-solicitation notice. The document outlines important clarifications regarding the RFQ response process, confirming a 45-day preparation period is anticipated. Potential contractors, including those who may have submitted in the past, are required to provide new submissions that reflect an understanding of the project’s complexities and scale. The current contract is not entirely new, as five incumbents are already delivering services under previous contract numbers specified. The bureau is also evaluating whether the contract will be set aside for small businesses based on the received responses. Additionally, it is permissible for submitting parties to use an 11x17 page format as defined in the notice. This process aims to ensure the selection of capable contractors for architectural and engineering services while addressing legal compliance and competition aspects of government procurement.
    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
    Similar Opportunities
    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 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.
    REGION ONE A&E IDIQ
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is seeking qualified small businesses for a Multiple Award Indefinite Delivery Indefinite Quantity (IDIQ) contract in Region One, which encompasses Montana, northern Idaho, far eastern Washington, and the North/South Dakota National Grasslands. The contract will focus on providing engineering services, including structural, civil, water, and wastewater design and inspection for transportation systems and infrastructure at USFS recreation and administrative sites, with projects involving bridges, culverts, retaining walls, and water management systems. This initiative is crucial for maintaining and enhancing the infrastructure that supports public access and environmental stewardship in these regions. Interested small businesses are encouraged to submit a Capability Statement to Crystal Amos at crystal.amos@usda.gov within 15 days, with an estimated contract value exceeding $10 million and a performance period from March 2026 to February 2031.
    Z--GAOA FINALE DAM RECONSTRUCTION
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Land Management (BLM), is soliciting proposals for the GAOA Finale Dam Reconstruction project located in Valley County, Montana. This procurement involves a firm-fixed-price construction contract, estimated between $1 million and $5 million, and is exclusively set aside for small businesses. The project encompasses significant reconstruction efforts, including dewatering the reservoir, rebuilding the dam embankment, and installing new outlet works, with a completion timeline of 431 calendar days post-notice to proceed. Interested contractors must attend a site visit on December 3, 2025, submit questions by December 12, 2025, and provide proposals by January 7, 2026. For further inquiries, Ian Petersen can be contacted at ipetersen@blm.gov or by phone at 720-812-0082.
    Z--GAOA MELSTONE DAM RECONSTRUCTION
    Interior, Department Of The
    The Department of the Interior, through the Bureau of Land Management, is soliciting proposals for the GAOA Melstone Dam Reconstruction project located in Musselshell County, Montana. This total small business set-aside contract, valued between $1 million and $5 million, requires contractors to complete heavy and civil engineering construction within a timeframe of 300 calendar days following the notice to proceed. The project is critical for maintaining infrastructure integrity and environmental compliance, particularly concerning local wildlife during specific construction periods. Interested contractors should note that the proposal submission deadlines and site visit dates have been postponed due to inclement weather, with further amendments to be issued. For inquiries, contact Lisa McKeon at lmckeon@blm.gov or by phone at 850-890-6395.
    WFL AE Design IDIQ
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Highway Administration's Western Federal Lands Division, is seeking qualified architect-engineer firms for the WFL AE Design IDIQ contract. This opportunity involves providing multi-discipline engineering services, including project planning, preliminary engineering, and post-design support for transportation projects on federal lands across several states, including Washington, Alaska, and Oregon. The government plans to award up to five indefinite delivery, indefinite quantity contracts, with a total ceiling of $60 million and a guaranteed minimum of $10,000 per contract, two of which are set aside for small businesses. Interested firms must submit their qualifications electronically by January 15, 2026, and should direct any inquiries to Kyle M. Wood at WFL.AE@DOT.GOV or by phone at 360-619-7860.
    C--Sources Sought Notice
    Interior, Department Of The
    The Department of the Interior, specifically the National Park Service (NPS), is seeking qualified architect-engineer firms to provide multi-disciplinary design services through a Sources Sought Notice. This procurement aims to gather information on interested businesses to develop an acquisition strategy for a competitive Multiple Award Indefinite Delivery Indefinite Quantity (IDIQ) contract, which will cover a five-year ordering period with a maximum value of $150 million and individual task orders not exceeding $3 million. The services will support projects located throughout the Intermountain Region and potentially nationwide, emphasizing the importance of professional licenses and compliance with federal regulations. Interested firms must respond by January 16, 2026, at 3:00 PM Mountain Time, and can contact Edwin Berry at edwinberry@contractor.nps.gov or by phone at 303-969-2288 for further information.
    Z--BROCK RESERVOIR GATE REPLACEMENT/REPAIRS
    Interior, Department Of The
    The U.S. Department of the Interior, Bureau of Reclamation, is preparing to solicit proposals for the replacement and repair of gates at Brock Reservoir, with the solicitation expected to be issued around December 24, 2025. The project involves replacing 11 existing cast iron gates with 316L stainless steel slide gates, updating associated components such as gear boxes and actuators, and implementing new corrosion protection technology. This construction project, estimated to cost between $5 million and $10 million, will be awarded as a firm fixed price contract, and interested contractors must be registered in the System for Award Management (SAM) to submit proposals. For further inquiries, Diane Rodriguez, the Contract Specialist, can be contacted via email at DLRodriguez@usbr.gov.
    Multiple Award Task Order Contract for Resilient Architect-Engineer Services (RAES)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is issuing a presolicitation for a Multiple Award Task Order Contract (MATOC) for Resilient Architect-Engineering Services (RAES) with a total contract ceiling of $3.4 billion. This contract aims to support Facility Sustainment, Restoration, and Modernization (FSRM) and Military Construction (MILCON) projects, encompassing both Title I and Title II services, and will be available for firms across the continental United States and outlying areas. The procurement is particularly significant as it includes a Partial Small Business Set-Aside, with a reserve for Woman-Owned Small Businesses, and anticipates awarding contracts to approximately six Other-than-Small Business firms and five Small Business firms. Interested parties should note that a virtual Industry Day is scheduled for December 16, 2025, with SF330 submissions due by January 30, 2026. For further inquiries, contact Salvador Castillo at salvador.castillo@us.af.mil or by phone at 830-719-5161.
    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.