Missile Defense AE Services IDC 5.0 Combined Synopsis/Solicitation
ID: W912DY25R0011Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW2V6 USA ENG SPT CTR HUNTSVILHUNTSVILLE, AL, 35806-0000, USA

NAICS

Engineering Services (541330)

PSC

ARCHITECT AND ENGINEERING- CONSTRUCTION: MISSILE SYSTEM FACILITIES (C1BF)
Timeline
  1. 1
    Posted Feb 18, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 12, 2025, 12:00 AM UTC
  3. 3
    Due Apr 14, 2025, 6:00 PM UTC
Description

The Department of Defense, specifically the U.S. Army Engineering and Support Center in Huntsville, is seeking qualified firms to provide a full spectrum of facility engineering and architectural services under an Indefinite Delivery Contract (IDC) in support of the Ballistic Missile Defense System. The objective of this procurement is to ensure comprehensive engineering services that align with the requirements set forth by the Mandatory Center of Expertise (MD-CX) for missile defense facilities. This contract is critical for maintaining and enhancing the infrastructure necessary for national defense initiatives. Interested firms must submit their responses by April 14, 2025, at 12:00 PM Central Standard Time, and can direct inquiries to Lashonda Smith at lashonda.c.smith@usace.army.mil or Tianna Love at tianna.r.love@usace.army.mil.

Files
Title
Posted
Feb 20, 2025, 7:06 PM UTC
The document provides a detailed attendee list for the "MD AE $400M Industry Day" event scheduled to start on February 19, 2025. It features representatives from various organizations involved in federal contracts, including well-known companies such as Merrick, AECOM/Tetra Tech, Mason & Hanger, Jacobs, and several architectural and engineering firms. The list includes names, email addresses, and affiliations, indicating a diverse group of professionals likely poised for collaboration on federal government Requests for Proposals (RFPs) and grants. The event aims to connect industry participants, enhancing opportunities for partnerships and project developments aligned with government initiatives. By gathering key stakeholders in one venue, the Industry Day serves as a strategic platform for networking and information exchange relevant to upcoming federal contracts and projects. Overall, the document illustrates the engagement of various entities in the public sector, reinforcing the importance of such events for fostering collaboration and innovation in government contracting.
The U.S. Army Engineering and Support Center in Huntsville is hosting a pre-synopsis conference for the Missile Defense Architect-Engineering Indefinite Delivery Contract – Generation 5 (MDAE5 IDC). This solicitation, identified by number W912DY-25-R-0011, invites firms to provide design services for missile defense facilities essential for national security. Key topics addressed during the conference include the selection process for contract award, project distribution among military branches, and opportunities for small businesses. The contract aims to enhance the Missile Defense Agency's capabilities, focusing on resilience and compliance with stringent design criteria. Accompanying the main contract are safety protocols and health requirements aligned with U.S. Army Corps of Engineers regulations. Participants were informed about the selection criteria, which emphasize specialized experience, professional qualifications, past performance, capacity, and local knowledge. The total estimated award capacity is approximately $400 million, with a proposed duration spanning seven years. This initiative underscores the commitment to maintaining and modernizing critical defense infrastructure vital for national and allied security against evolving missile threats.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Special Notice
Similar Opportunities
INDEFINITE DELIVERY/INDEFINITE QUANTITY (IDIQ) MULTIPLE AWARD TASK ORDER CONTRACTS (MATOCs) FOR ARCHITECT-ENGINEER SERVICES
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Omaha District, is seeking qualified firms for Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Task Order Contracts (MATOCs) for Architect-Engineer (A-E) services. This opportunity focuses on gathering information from firms, particularly small businesses and those owned by veterans and women, with expertise in high-security engineering projects, including Sensitive Compartmented Information Facilities (SCIFs) and classified design documentation. The anticipated contract period spans seven years, with a total projected value of approximately $249 million, emphasizing the importance of security and renovation engineering to support the Department of Defense and federal agencies. Interested firms must submit their qualifications in a single PDF by April 18, 2025, and should be registered in the System for Award Management (SAM) for eligibility. For further inquiries, contact Michelle M. Alcover at michelle.m.alcover@usace.army.mil or Tyler P. Hegge at tyler.hegge@usace.army.mil.
Architectural & Engineering Services in Support of Real Property Planning, Programming & Management Support IV
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking qualified architectural and engineering firms to provide comprehensive support for real property planning, programming, and management. The objective of this procurement is to gather market information to identify firms capable of delivering services such as facility assessments, master planning, asset management, and economic analyses for various military and government installations worldwide, with an estimated total program capacity of $550 million. These services are crucial for ensuring effective facility management and compliance with federal regulations across both domestic and international sites. Interested firms must submit their qualifications and relevant experience by May 5, 2025, via email to the designated contacts, Jasmine McCullough and LaShonda Smith, as no hardcopy submissions will be accepted.
MDA VBIV Ground Test Facility Infrastructure
Buyer not available
The Department of Defense, through the U.S. Army Engineer District Mobile, is seeking contractors for the MDA VBIV Ground Test Facility Infrastructure project. This procurement involves the construction of commercial and institutional buildings, specifically aimed at enhancing the infrastructure necessary for ground testing operations. The successful contractor will play a crucial role in supporting defense initiatives by providing essential facilities that contribute to military readiness and operational capabilities. Interested parties can reach out to Stephanie Scalise at stephanie.m.scalise@usace.army.mil or call 251-690-2478 for further details, while Jessica Raulerson is also available at jessica.raulerson@usace.army.mil or 251-690-2486 for additional inquiries.
Civil Design IDC/IDIQ
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) San Francisco District, is seeking information from industry regarding a potential Indefinite Delivery Contract/Indefinite Quantity (IDC/IDIQ) for civil design services. The procurement aims to support various Civil Works activities, including wetland restoration, flood control, and environmental studies, requiring a broad range of engineering and construction services. This opportunity is crucial for ensuring adequate competition among potential contractors, particularly within the small business community, as the total contract capacity is estimated at $45 million over a performance period of up to five years. Interested firms must submit their statements of capability by May 5, 2025, to Lisa Ip at lisa.i.ip@usace.army.mil, and must be registered in SAM.gov to be eligible for contract awards.
DESIGN BUILD CONSTRUCTION INDEFINITE DELIVERY INDEFINITE QUANTITY MULTIPLE AWARD TASK ORDER CONTRACT
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE), is soliciting proposals for a Design-Build Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) aimed at awarding contracts to up to five small businesses for construction tasks valued at a total of $90 million over five years. The procurement process will follow a two-phase evaluation, with Phase 1 assessing past performance and management approaches, while Phase 2 will focus on technical and pricing proposals. This contract is crucial for ensuring quality construction and restoration of real property, emphasizing collaboration with USACE and adherence to strict quality control and management standards. Interested contractors must have an active registration in SAM.gov and submit proposals through the PIEE portal by April 10, 2025, with inquiries directed to Ann Adley at ann.m.adley@usace.army.mil or by phone at 978-318-8255.
Architecture & Engineering Multidiscipline Survey and Mapping Services IDIQ
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers Wilmington District, is seeking qualified firms to provide multidiscipline architecture and engineering services under an Indefinite Delivery/Indefinite Quantity (IDIQ) contract for surveying and mapping services. The procurement aims to identify potential small business sources, including 8(a), HUBZone, Service Disabled Veteran Owned, and Economically Disadvantaged Women Owned Small Businesses, to perform various surveys, GIS services, and the production of maps and CADD products across North Carolina and Virginia, with potential for nationwide application. The total estimated value of the contract is $6 million, covering a base year and four one-year option periods, with a submission deadline for Statements of Capabilities set for 3:00 PM Eastern Daylight Time on April 9, 2025. Interested firms should direct their submissions to Jenifer Garland at jenifer.m.garland@usace.army.mil and Rosalind M. Shoemaker at rosalind.m.shoemaker@usace.army.mil.
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 provide multi-disciplined A/E services through a series of Indefinite Delivery/Indefinite Quantity (IDIQ) contracts. The procurement aims to award up to twelve contracts, with a target of six reserved for small businesses, to support various projects within the North Atlantic Division, with a total capacity not exceeding $500 million. The services required will primarily focus on Sustainment, Restoration, and Maintenance (SRM), along with other engineering tasks such as design, cost estimating, environmental documentation, and construction support. Interested firms should contact Erica Stiner or Leigha Arnold via email for further information, with the solicitation synopsis expected to be issued in the third quarter of FY25.
Sources Sought Notice
Buyer not available
The Department of the Interior, through the Interior Business Center Acquisition Directorate, is issuing a Sources Sought Notice to assess interest and capabilities among both large and small business concerns, including 8(a), HUBZone, and Service-Disabled Veteran-Owned Small Business (SDVOSB) categories, for providing architectural and engineering (A&E) and construction services for the U.S. Army Combat Capabilities Development Command (DEVCOM) Armaments Center. The procurement aims to support facility modernization efforts, particularly the upgrade of over 400 buildings at Picatinny Arsenal, NJ, and Benet Labs, NY, with a focus on compliance with federal, state, and local regulations, including safety and environmental standards. Interested firms are required to submit a ten-page capabilities statement detailing their qualifications and relevant project experience, with a deadline for responses to be determined; the contract is valued at up to $50 million over five years. For further inquiries, interested parties may contact David Ialenti at DAVIDIALENTI@IBC.DOI.GOV or by phone at 703-964-3651.
MDA IT Operations & Engineering Solutions (MIOES)
Buyer not available
The Missile Defense Agency (MDA) is seeking proposals for the MDA IT Operations & Engineering Solutions (MIOES) contract, which aims to provide comprehensive IT services and engineering solutions to support missile defense operations. The procurement focuses on enhancing the agency's capabilities in research, development, testing, evaluation, and integration of missile defense systems, with an emphasis on cybersecurity, facility operations, and mission assurance. This initiative is critical for maintaining operational readiness and ensuring compliance with federal regulations while advancing the MDA's technological infrastructure. Interested parties should submit their responses to the Request for Information by January 9, 2025, and monitor updates on the final Request for Proposal, anticipated for release on May 2, 2025. For further inquiries, contact Jonathan "Jon" Wood at jonathan.wood@mda.mil or Christopher "Chris" Jeon at christopher.jeon@mda.mil.
Notice for Architect and Engineering (A-E) Services to Support Planning, Design and Construction for the USACE South Atlantic Division, Mobile District, Military Design and Construction Program
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers (USACE) South Atlantic Division, is seeking qualified architect-engineering firms to provide comprehensive planning, design, and construction support for military projects within the Mobile District. The procurement aims to secure professional services that will facilitate the effective execution of the Military Design and Construction Program, which is vital for maintaining and enhancing military infrastructure. Interested firms should note that the primary point of contact for this solicitation is Kellden Williams, who can be reached at KELLDEN.WILLIAMS@USACE.ARMY.MIL or by phone at 251-694-3860, with a secondary contact available as well. Further details regarding submission deadlines and evaluation criteria will be provided in the solicitation documents.