Updated _ Request for Architectural & Engineering (AE) Services - U.S Embassy Doha
ID: ArchitecturalType: Sources Sought
Overview

Buyer

STATE, DEPARTMENT OFSTATE, DEPARTMENT OFUS EMBASSY DOHAWASHINGTON, DC, 20520, USA

NAICS

Architectural, Engineering, and Related Services (5413)

PSC

ARCHITECT AND ENGINEERING- CONSTRUCTION: OTHER ADMINISTRATIVE FACILITIES/SERVICE BUILDINGS (C1AZ)
Timeline
    Description

    The U.S. Embassy in Doha, Qatar, is seeking qualified Architectural and Engineering (A&E) firms to assist in the acquisition of a residential property through purchase or long-term lease. The selected firm will be responsible for conducting property searches, inspections, cost estimations, and design development, as well as collaborating with a local broker for property evaluation and conducting due diligence post-acquisition. This opportunity underscores the importance of securing professional A&E services to ensure compliance with federal standards and successful project execution in an overseas context. Interested firms must submit a completed Standard Form 330 and all required documents via email to DohaProcurement@state.gov by May 6, 2025, at 09:00 a.m. for consideration.

    Point(s) of Contact
    Files
    Title
    Posted
    The U.S. Embassy in Doha, Qatar, is issuing a Request for Proposals (RFP) for Architectural and Engineering (A&E) services to assist in acquiring a residential property for official use through purchase or long-term lease. The selected firm will provide services such as property search support, inspections, due diligence, cost estimating, and design preparation. Interested A&E firms must submit a completed Standard Form 330 and adhere to a set of evaluation criteria, which include specialized experience, firm qualifications, project portfolio, key personnel qualifications, capacity, local regulatory compliance, licensing, and previous client references. The deadline for submissions is April 30, 2024. The Embassy aims to select a technically proficient firm with a proven track record in residential construction and familiarity with local standards, ensuring compliance and successful project execution.
    The Architect-Engineer Qualifications form (SF-330) facilitates the selection of architect-engineer (A-E) firms by federal agencies in accordance with relevant statutes and the Federal Acquisition Regulation (FAR). The document is structured into two main parts: Part I, which details qualifications for a specific contract, and Part II, which captures the general qualifications of a firm. Agencies announce A-E service needs and evaluate firms based on demonstrated competence, leading to negotiations for contract awards. Part I requires firms to provide contract-specific information, outline their proposed teams, and present resumes for key personnel. Additionally, firms showcase relevant example projects that illustrate their qualifications. Part II contains firm-level details, such as ownership structure, employee count by discipline, and experiences over the last five years. This standardized form enhances transparency and consistency in procuring A-E services, streamlining the evaluation process for agencies while enabling companies to effectively present their capabilities in competitive bidding scenarios. The overarching goal is to ensure that selected firms possess the expertise necessary for effective project execution, aligning with federal contracting regulations.
    The U.S. Embassy in Doha, Qatar, is seeking an Architectural and Engineering (A&E) firm to assist in acquiring a residential property through purchase or long-term lease. The selected firm will be responsible for property searches, inspections, cost estimations, and design development. Additional duties include collaborating with a local broker for evaluation, conducting due diligence, and facilitating post-acquisition preparations for official use. Proposals must be submitted using Standard Form 330 by May 6, 2025, and will be evaluated based on eight criteria: specialized experience, firm qualifications, key personnel, project capacity, regulatory compliance, local presence, awards, and client references. The embassy seeks highly qualified firms with at least 10 years of relevant experience and established local operations. This RFP exemplifies the U.S. government's process of selecting qualified contractors for projects overseas, ensuring adherence to professional standards and successful project outcomes.
    Lifecycle
    Similar Opportunities
    Architectural & Engineering Services in Support of Real Property Planning, Programming & Management Support IV (Korean Firms Only)
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking responses from qualified Korean architect-engineer firms for Architectural & Engineering Services in support of Real Property Planning, Programming, and Management Support IV. The procurement aims to identify firms capable of providing a range of services, including facility assessment, master planning, economic analysis, and real property support for various U.S. military installations in the Republic of Korea, while explicitly excluding full design and construction services beyond 35% completion. Interested firms must be registered in the System for Award Management (SAM) and are required to submit their qualifications and responses to a Capabilities Questionnaire via email by 12:00 P.M. Central Time on December 19, 2025. For further inquiries, firms may contact Jasmine Kennedy at jasmine.m.kennedy@usace.army.mil or Lashonda Smith at lashonda.c.smith@usace.army.mil.
    Legal Services for Land Search (NEC)
    State, Department Of
    The U.S. Department of State is seeking a qualified local legal firm to provide legal services for the U.S. Embassy in Muscat, Oman, specifically for the New Embassy Compound (NEC) project. The selected firm will be responsible for ensuring compliance with Omani laws and regulations, conducting due diligence, drafting and reviewing contracts, and representing the Embassy in negotiations with relevant authorities throughout the land acquisition process. This procurement is critical for facilitating the Embassy's efforts to secure land in accordance with local legal requirements. Interested parties can contact Daryl Bernardez at bernardezdk@state.gov or by phone at 0096824643400 for further information.
    Sources Sought Notice MFAES Korean Firms
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Huntsville Engineering and Support Center, is conducting market research to identify qualified Korean architect-engineer (A-E) firms capable of providing a range of services for medical facilities. The procurement aims to support the design, technical assistance, engineering surveys, facility planning, and construction phase services for medical and dental clinics, hospitals, and laboratories, primarily for the USACE Medical Center of Expertise & Standardization (MCX) and the Defense Health Agency (DHA). This opportunity is significant as it addresses the critical need for high-quality medical facility design and support services, with potential work extending to other overseas locations such as Belgium, Germany, the UK, Italy, and Japan. Interested firms must submit their qualifications and a detailed capabilities questionnaire by January 26, 2026, at 12:00 P.M. Central Time, and can contact Eddie Williams or Johnna Sebben for further information.
    DESIGN BUILD CONSTRUCTION SERVICES FOR PRE-FABRICATED CONTAINERS AT GUAYAQUIL PORT, ECUADOR
    State, Department Of
    The Department of State is seeking qualified contractors to provide Design Build Construction Services for the installation of pre-fabricated containers at Guayaquil Port, Ecuador. The project entails comprehensive design, construction, and supervision of high-cube containers that will serve as a kitchen, dining area, dormitories for 12 individuals, an administration office, and storage, along with the integration of utilities and installation of various systems such as air conditioning, communication, CCTV, and fire protection. This Firm Fixed-Price Construction Type Contract is estimated to be valued between $250,000 and $500,000, with interested companies required to express their interest by December 2, 2025, via email to Sarah Pfannkuche at PfannkucheS@state.gov, ensuring they meet specific qualifications including Ecuadorian construction licenses and SAM registration prior to contract award.
    A-E Topography and Photogrammetry Services
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Portland District, is seeking qualified small businesses to provide architect-engineering services for Topography and Photogrammetry. The procurement aims to fulfill a requirement for professional surveying services, including land surveying, topographic mapping, and specialized aerial and hydrographic surveys, under the supervision of a licensed Professional Land Surveyor. This initiative is crucial for supporting various engineering and real property projects, ensuring accurate data collection and analysis for infrastructure development. Interested firms must submit their qualifications and relevant project experience by January 5, 2026, at 3:00 PM Pacific Time, to David Cook and Alicia Evans via the provided email addresses.
    JOFOC for PR11353366 Hotel Accommodation
    State, Department Of
    The Department of State, specifically the S Embassy in Abu Dhabi, is seeking hotel accommodation services through a Justification for Other Than Full and Open Competition (JOFOC) for procurement request PR11353366. The objective of this procurement is to secure lodging services that meet the travel and accommodation needs of the embassy personnel in the United Arab Emirates. Such services are crucial for facilitating official travel and ensuring the comfort and safety of staff while on duty abroad. Interested vendors can reach out to Shelly Kadlec at AbuDhabiContracts@state.gov or by phone at +97124142200 for further details regarding this opportunity.
    C--PACIFIC AND INTERMOUNTAIN REGION IDIQ MULTI-DISCIPLINARY AE DESIGN SERVICES
    Interior, Department Of The
    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 edwinberry@contractor.nps.gov or call 303-969-2288.
    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, is seeking qualified architect-engineer firms to provide a range of services for various civil projects under an Indefinite Delivery Indefinite Quantity (IDIQ) contract. This contract, valued at up to $200 million over a one-year base period with four option years, will encompass services such as site development, Military Construction documentation, design-build and design-bid-build documents, technical surveys, cost estimates, and post-construction award services. The procurement is unrestricted under NAICS Code 541330, and firms will be evaluated based on criteria including specialized experience, key personnel qualifications, past performance, and commitment to small business. Interested parties must submit a completed Standard Form SF 330 by January 8, 2026, at 2:00 p.m. Hawaii Standard Time, and can contact Shaun Bissen at shaun.m.bissen.civ@us.navy.mil or Ann Saki-Eli at ann.h.sakieli.civ@us.navy.mil for further information.
    TF SAFE/UFC
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE) is conducting a Sources Sought announcement to identify potential contractors for the Task Force Safety Assessments of Fire and Electricity/Unified Facilities Criteria Assessment (TF SAFE/UFC) in the CENTCOM Area of Responsibility (AOR), specifically in Kuwait. The procurement aims to acquire electrical assessment and repair services, focusing on low-voltage electrical systems and facility evaluations to mitigate life, health, and safety hazards, with services including inspections, testing, reporting, and training. This opportunity is crucial for ensuring compliance with Unified Facilities Criteria (UFC) and maintaining safety standards in military facilities. Interested parties are invited to submit a Statement of Capabilities by 10:00 AM ET on January 5, 2026, to the Contracting Officer, Peter Smith, at peter.s.smith@usace.army.mil, and Contract Specialist Stephanie Langhorne at stephanie.l.langhorne@usace.army.mil.
    C--Land Surveying-Request for A-E Qualifications
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (USFWS) is seeking qualifications from small architect-engineering firms for land surveying services across all U.S. States and Territories. The procurement focuses on boundary, topographic, and water rights surveying, which includes tasks such as fieldwork, mapping, and drafting legal descriptions. This opportunity underscores the USFWS's commitment to engaging small businesses while ensuring compliance with federal procurement regulations. Interested firms must submit their qualifications using the SF-330 Package via email, and they must be registered with the System for Award Management (SAM) and licensed engineering firms. For further inquiries, firms can contact Cindy Salazar at CindySalazar@fws.gov or by phone at 503-872-2832. The call for submissions is open for 365 days.