Notice for an Indefinite Delivery Contract (IDC) for Architect and Engineering (A-E) Services to Support the USACE South Atlantic Division, Mobile District’s Planning and Design for the Mobile District Military Design and Construction Program
ID: W9127824R0015Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYUS ARMY ENGINEER DISTRICT MOBILEMOBILE, AL, 36628-0001, USA

PSC

ARCHITECT AND ENGINEERING- GENERAL: OTHER (C219)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    Notice for an Indefinite Delivery Contract (IDC) for Architect and Engineering (A-E) Services to Support the USACE South Atlantic Division, Mobile District’s Planning and Design for the Mobile District Military Design and Construction Program. The Department of Defense, specifically the Department of the Army, through the US Army Engineer District Mobile, has issued a Sources Sought notice for a Total Small Business Set-Aside (FAR 19.5) procurement of Architect and Engineering (A-E) Services. The services are intended to support the planning and design for the Mobile District’s Military Design and Construction Program. The majority of the work will be in the southeastern United States, with the possibility of work at any location assigned to the Mobile District, South Atlantic Division, U.S. Army Corps of Engineers. The A-E Services provided under this contract will include various tasks such as renovation/repair projects, new construction, planning, programming, design-build solicitations, value engineering studies, environmental permit applications, facility condition assessments, and the development of construction plans and specifications. The anticipated contract value is $499,000,000 and the duration will be five (5) years. The selected firm must have professionally registered disciplines in various areas such as project/task order managers, architects, civil engineers, mechanical engineers, electrical engineers, structural engineers, fire protection engineers, interior designers, communications specialists, geotechnical engineers, environmental engineers, corrosion engineers, surveyors, landscape architects, master planners, and cost estimators. The North American Industry Classification System (NAICS) Code for this procurement is 541330 with a Small Business Size Standard of $25,500,000 average annual receipts over five years. Interested firms are requested to submit their responses by email to Mr. Elisha (Eli) Couch at elisha.couch@usace.army.mil by 12:00 (Noon CST) on 15 January 2024. This is a Sources Sought notice and does not constitute a solicitation announcement or a commitment by the Government. Large businesses need not respond.

    Point(s) of Contact
    Files
    No associated files provided.
    Similar Opportunities
    Indefinite Delivery Contract For Multi-Discipline Miscellaneous Civil Works and Military Design and Other Architect and Engineering (A-E) Services Within the Boundaries of the Caribbean District
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers Caribbean District, is conducting a sources sought notice to identify qualified firms for an Indefinite Delivery Contract for Multi-Discipline Miscellaneous Civil Works and Military Design and Other Architect and Engineering (A-E) Services within the Caribbean District. The procurement aims to gather capabilities for engineering and design services related to civil works and military projects, including preparation of design reports, engineering studies, and construction plans for various infrastructure projects such as environmental restoration, flood risk reduction, and military facility renovations. The estimated contract value is $200 million, and interested firms must submit their qualifications by 4:00 PM EST on October 30, 2024, to Samuela Y. Adams at Samuela.Y.Adams@usace.army.mil.
    Indefinite Delivery Contract (IDC), Multiple Award Task Order Contract (MATOC) for Architect-Engineering (A-E) Services for Hydrologic and Hydraulic Engineering ($49M), supporting Civil Works Projects, Sacramento District (SPK)
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is seeking qualified architect-engineering firms to provide hydrologic and hydraulic engineering services under an Indefinite Delivery Contract (IDC) valued at approximately $49 million. The procurement aims to establish a Multiple Award Task Order Contract (MATOC) to support Civil Works Projects within the Sacramento District and other districts in the South Pacific Division, focusing on water control manual development and related engineering services. This unrestricted acquisition will result in the award of approximately four Indefinite Delivery Indefinite Quantity (IDIQ) contracts, each with a minimum task order limit of $2,500 and a maximum of $6 million, with the majority of task orders expected to range from $150,000 to $6 million. Interested firms should note that the initial contracts are anticipated to be awarded around July 2025, and for further inquiries, they can contact Seth Teasdale at seth.k.teasdale@usace.army.mil or by phone at 719-366-1456.
    UNRESTRICTED MULTIPLE AWARD TASK ORDER CONTRACT FOR MULTI-DISCIPLINE ARCHITECT-ENGINEER (A/E) SERVICES
    Active
    Dept Of Defense
    The Department of the Army, through the US Army Engineer District Charleston, is seeking qualified firms to participate in an Unrestricted Multiple Award Task Order Contract for Multi-Discipline Architect-Engineer (A/E) Services to support government agencies in the South Atlantic Division (SAD) region. The contract will primarily focus on engineering services as defined under NAICS code 541330, which encompasses a wide range of architectural and engineering tasks. This procurement is crucial for ensuring that the necessary engineering support is available to meet the diverse needs of government projects in the region. Interested firms must submit their proposals electronically via the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module by the specified deadline, and must be registered in the System for Award Management (SAM) to comply with federal requirements. For further inquiries, potential offerors can contact Michael Stiltner at michael.s.stiltner@usace.army.mil or by phone at 843-329-8045.
    Architectural-Engineering (A-E) Services for General Engineering and Design Services for Various Locations within the Corps of Engineers North Atlantic Division Boundaries
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is seeking qualified Architect-Engineer (A-E) contractors to provide General Engineering and Design Services primarily within the New England District, which includes Maine, New Hampshire, Vermont, Massachusetts, Connecticut, and Rhode Island. The procurement aims to establish an unrestricted multiple award task order contract (MATOC) with a capacity ranging from $100 million to $180 million, focusing on larger and more technically complex projects exceeding $20 million. This initiative is crucial for enhancing project efficiency and contractor engagement in significant development and engineering endeavors. Interested firms must submit a capabilities package by October 18, 2024, to Contract Specialist Brian Mannion at brian.t.mannion@usace.army.mil, as this notice serves to assess industry interest and capabilities in preparation for a future solicitation.
    AE Geotechnical Services IDIQ
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals from qualified architect-engineer firms for geotechnical engineering services under an Indefinite Delivery Indefinite Quantity (IDIQ) contract within the Louisville District. The procurement aims to select a firm based on qualifications and relevant experience to conduct various geotechnical tasks, including soil drilling, laboratory testing, and foundation analysis, with a maximum contract value of $5 million over a five-year period. This opportunity is critical for ensuring the integrity and safety of military infrastructure in the region, emphasizing quality control and familiarity with local geological conditions. Interested firms must submit their proposals electronically by October 11, 2024, and are required to register in the SAM database for award eligibility; for further inquiries, contact Adyson Medley at adyson.medley@usace.army.mil or call 502-315-6211.
    W912BV24R0003
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is soliciting proposals for an Indefinite Delivery Contract (IDC) for architect-engineer services focused on hydrologic and hydraulic engineering/design, as well as related software development. This contract aims to support USACE's civil works mission, including flood risk management programs and various national and international initiatives. The total shared capacity for this Single Award Task Order Contract (SATOC) is set at $5,000,000, with a target of one contract reserved for small businesses. Interested firms must submit their proposals by November 18, 2024, at 10:00 AM CST, and can direct inquiries to Tyler Godwin at tyler.l.godwin@usace.army.mil or by phone at 918-669-7281.
    C--INDEFINITE DELIVERY CONTRACT FOR GEOTECHNICAL CORE DRILLING AND LABORATORY TESTING FOR THE JACKSONVILLE DISTRICT AREA OF RESPONSIBILITY (AOR)
    Active
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE) is seeking qualified architect-engineer firms to provide geotechnical core drilling and laboratory testing services under an Indefinite Delivery Indefinite Quantity (IDIQ) contract for the Jacksonville District area. The primary objective of this procurement is to perform geotechnical investigations and studies, including subsurface sampling, laboratory testing, and hydrogeological assessments, primarily within Florida and Georgia. This contract, valued at up to $15 million over five years, emphasizes small business participation and aims to enhance the capacity for environmental and geotechnical work in the region. Interested firms must submit their qualifications electronically by October 28, 2024, at 1:00 PM EDT, and can direct inquiries to Contract Specialist Isis S. Hill at isis.s.hill@usace.army.mil.
    PRESOLICITATION NOTICE FOR INDEFINITE DELIVERY, INDEFINITE QUANTITY, MULTIPLE AWARD TASK ORDER CONTRACT FOR VARIOUS SMALL CONSTRUCTION PROJECTS IN ILLINOIS AND INDIANA
    Active
    Dept Of Defense
    Presolicitation Notice for Indefinite Delivery, Indefinite Quantity, Multiple Award Task Order Contract for Various Small Construction Projects in Illinois and Indiana The Department of Defense, specifically the Department of the Army, through the Chicago District of the U.S. Army Corps of Engineers, is planning to procure an Indefinite Delivery Indefinite Quantity Contract for Various Small Construction Projects in Illinois and Indiana. This contract will include one ordering period lasting two years, with a maximum aggregate value of $25,000,000.00. The construction projects will involve various elements such as potable water supply and storage, stormwater detention, treatment and distribution systems, sanitary, storm, and water pipeline installation and lining, drainage structures, pump and lift stations, wastewater treatment and water treatment system upgrades, supervisory control and data acquisition (SCADA), and site restoration including pavements, curb and gutter, sidewalks, seeding, and sodding. The work will be issued through negotiated firm-fixed price task orders, and the contractor will be responsible for providing all supervision, labor, supplies, and materials necessary for the completion of the tasks. The contract(s) will be awarded to small business concerns that submit proposals conforming to the solicitation and are within a technical/price competitive range. The evaluation factors include Technical Approach, Past Performance, and Price. Interested offerors must register with the System for Award Management (SAM) and the DoD Procurement Integrated Enterprise Environment (PIEE) to access the solicitation and submit proposals. The solicitation documents will be available in the fourth quarter of fiscal year 2024. To be eligible for award, the offeror must be registered in the System for Award Management (SAM). The Point of Contact for this acquisition is Ericka Hillard at (312) 846-5378 or ericka.d.hillard@usace.army.mil. The contracting office for this procurement is the USACE Chicago District, located at 231 SOUTH LaSALLE STREET, SUITE 1500, Chicago, IL 60604. The solicitation number to be referenced in all correspondence is W912P624R0010.
    $98M Two-Phase Design-Build General Construction Multiple Award Task Order Contract (MATOC) New Orleans District, Mississippi Valley Division – USACE
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE is seeking a $98M Two-Phase Design-Build General Construction Multiple Award Task Order Contract (MATOC) for the New Orleans District, Mississippi Valley Division – USACE. This contract is a 100% Small Business Set-Aside and will be used for various types of repair and maintenance of real property and construction services within the Mississippi Valley Division area of responsibility. The contract will have an ordering period of five years and task orders will range between $2.5K and $25M. The official solicitation is expected to be posted on or about 11 June 2023 on the SAM website. Contractors must register on SAM to download the solicitation.
    Abstract for Mobile Harbor Deepening and Widening – Phase 2a, Mobile County, Alabama (CADD No. CHC24005)
    Active
    Dept Of Defense
    The US Army Engineer District Mobile issues a special notice for the upcoming federal contract, titled "Mobile Harbor Deepening and Widening – Phase 2a, Mobile County, Alabama." The primary objective of this project is to procure channel dredging services as part of a larger harbor improvement initiative. The scope of work involves a significant volume of material removal, estimated at approximately 2,802,472 cubic yards, requiring the successful contractor's mobilization and demobilization efforts. The project has a substantial estimated value, ranging from $107.5 million to $120 million, and the contract type includes a combination of firm-fixed-price and time-and-materials agreements. With a strict timeline of 1,100 calendar days for completion, the work must be executed efficiently. To be considered for this opportunity, applicants should possess expertise and experience in heavy civil engineering construction, particularly in dredging and marine environments. The evaluation of vendors will prioritize their ability to meet the technical demands, their past performance records, and their proposed pricing strategies. Interested parties should mark key dates on their calendars, including the pre-proposal conference and the full proposal submission deadline, both falling in the second quarter. It is anticipated that this project will generate significant interest from experienced contractors. For more details and clarification, potential applicants can contact Chanda D. Strenth and Christopher Brunner, whose full contact information is provided in the notice. This opportunity is a great fit for heavy construction firms with a strong track record in marine environments and the financial capability to undertake a substantial federal contract.