Northwest Zone Architecture & Engineering Professional Services IDIQ
ID: 1240BH25R0001Type: Special Notice
Overview

Buyer

AGRICULTURE, DEPARTMENT OFFOREST SERVICEPACIFIC NORTHWEST REGIONAL OFFICEPORTLAND, OR, 97204, USA

NAICS

Engineering Services (541330)

PSC

ARCHITECT AND ENGINEERING- GENERAL: OTHER (C219)

Set Aside

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

    The USDA Forest Service is seeking qualifications from architect-engineer firms for the Northwest Zone Architecture & Engineering Professional Services Indefinite Delivery-Indefinite Quantity (IDIQ) contract. This procurement aims to secure professional services across three engineering disciplines—Transportation, Facilities, and Environmental—over a five-year period, primarily for projects within Regions 6 (Oregon and Washington) and 10 (Alaska). The selected firms will provide essential services such as design, technical reports, and construction management, ensuring compliance with safety regulations and environmental standards. Interested parties must submit their qualifications using the Standard Form 330 by May 28, 2025, with an estimated total contract ceiling of $50 million and awards anticipated for 20-30 firms. For inquiries, contact Janet Paul at janet.paul@usda.gov or call 541-750-7120.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the submission requirements and selection criteria for firms responding to the federal Architect-Engineer (AE) Qualifications for the PPS FPO NW Zone under the IDIQ framework. The process adheres to the Brooks Act and FAR regulations, involving two phases: evaluation of qualifications and evaluation of pricing reasonableness. Offerors must specify the discipline areas (Environmental, Facilities, Transportation) and geographic locations (Alaska, Oregon, Washington) for which they seek consideration. Phase 1 requires a completed SF-330 form, detailing professional qualifications, specialized experience, capacity, past performance, and geographic knowledge. The offerors must submit narratives and project details for evaluations, along with resumes for key team members. Phase 2 involves submitting price proposals only from the top-ranked firms. Additionally, firms must be registered with the System for Award Management (SAM) and submit their packages via email by the stated deadline. This RFP seeks to select the most qualified AE firms while ensuring compliance with federal contracting guidelines and standards.
    The document outlines the instructions and submission requirements for an Architect-Engineer (AE) qualifications proposal for the Federal Government's PPS FPO NW Zone, emphasizing adherence to the Brooks Act and Federal Acquisition Regulation. The procurement process involves two phases: assessing professional qualifications and evaluating pricing. Offerors must specify their desired Discipline Areas, including Environmental, Facilities, and Transportation, as well as Geographic Locations, such as Alaska, Oregon, and Washington. Submission requirements include a completed SF-330 form that details the firm's qualifications, specialized experience, capacity, and past performance, alongside specific narratives and data on relevant projects within the last three years. Additionally, top-ranked firms must provide price proposals based on fully loaded labor rates when requested. Registration in the System for Award Management (SAM) is mandatory for all applicants. Overall, this solicitation seeks to identify the most qualified AE firms for government contracts, ensuring compliance and effective project execution.
    The USDA Forest Service seeks Architect-Engineering (AE) services under an Indefinite Delivery, Indefinite Quantity (IDIQ) contract for Regions 6 and 10, with a five-year duration. This solicitation aims to procure professional AE services essential for the development, design, construction, and maintenance of real property managed by the Forest Service. Contractors will provide various services, including architectural and engineering designs, technical reports, feasibility studies, and construction management, across multiple disciplines such as architecture, civil engineering, and environmental engineering. Special expertise is required in various fields, including geotechnical, structural, mechanical, and historical preservation engineering, to meet the diverse needs of the Forest Service. Deliverables include construction documents, maintenance manuals, and environmental assessments, with strict adherence to safety regulations and local codes. The document stipulates that all designs and related works become government property, with the contractor obligated to assist over a retention period. Task orders will detail specific project requirements and timelines, emphasizing a firm-fixed price structure for competitive service awards. This initiative underscores the Forest Service's commitment to managing its infrastructure effectively while ensuring environmental compliance and public safety.
    The Architect-Engineer Qualifications form (Standard Form 330) is a federal document used by agencies to collect information on the qualifications of architectural and engineering firms for contract selection. The process follows the Selection of Architects and Engineers statute, which mandates a public announcement of requirements for A-E services and the selection of at least three highly qualified firms based on demonstrated competence. The form consists of two main parts: Part I details contract-specific qualifications, while Part II outlines general qualifications of the firm or branch office. Key components include sections for firm information, proposed team members, resumes of key personnel, example projects, and additional information as requested by agencies. The document emphasizes compliance with agency-specific instructions and provides detailed definitions for terms used throughout the form. Evaluations are based on submitted information, past performance, and qualifications relevant to the required services. The ultimate goal is to negotiate contracts fairly from qualified firms, ensuring the selection process is transparent and equitable.
    The USDA Forest Service has issued a Special Notice regarding the NW Zone Architecture & Engineering (AE) Professional Services IDIQ contract (ID #1240BH25R0001). The main purpose is to provide guidance for submitting the Architect-Engineer Qualifications Form (SF-330) for various disciplines. Firms can submit a single SF-330 addressing multiple disciplines and geographic zones, with specific page limits contingent on the number of disciplines applied for—50 pages for one, 60 for two, and 70 for three. The contract primarily involves removal design work but does not cover direct cleanup actions. Vendors must submit qualifications including detailed narratives of up to ten relevant projects completed in the last three years, although the government may accept projects nearing completion. The estimated total contract ceiling is $50 million, with anticipated awards to 20-30 firms across three primary disciplines: Transportation, Facilities, and Environmental. Integration with subcontractors and proper licensing for specified states is highlighted as crucial. Overall, the document outlines expectations for submissions, personnel qualifications, and the award process, ensuring clarity and equity among participating firms in the competitive bidding process.
    Lifecycle
    Title
    Type
    Similar Opportunities
    WFL AE Design IDIQ
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Highway Administration's Western Federal Lands Highway Division (WFLHD), is seeking qualified architect-engineer firms for the WFL AE Design IDIQ contract. This procurement aims to award up to five Indefinite Delivery Indefinite Quantity (IDIQ) contracts, with a shared ceiling of $60 million, to provide multi-discipline engineering services primarily for transportation infrastructure projects across Alaska, Idaho, Montana, Oregon, Washington, and Wyoming. The selected firms will be responsible for a range of services including project management, highway design, environmental compliance, and construction support, with two contracts set aside for small businesses. Interested firms must submit a completed SF 330 by January 15, 2026, and be registered in SAM.gov, while ensuring they meet specific experience and licensing requirements. For further inquiries, contact Kyle M. Wood at WFL.AE@DOT.GOV or call 360-619-7860.
    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.
    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.
    Pacific Northwest (PNW) Stewardship BPA- Region 6 (OR & WA) - OPEN/CONTINUOUS
    Agriculture, Department Of
    The Department of Agriculture, specifically the USDA Forest Service, is soliciting proposals for the Pacific Northwest (PNW) Stewardship Blanket Purchase Agreement (BPA) covering multiple National Forests in Oregon and Washington. This open and continuous solicitation allows contractors to submit proposals for various land management activities, including hazardous fuels reduction and restoration projects, with a focus on enhancing forest health and mitigating wildfire risks. The BPA aims to facilitate sustainable forestry practices while engaging local contractors, ensuring compliance with environmental regulations and safety standards. Interested contractors must register in the System for Award Management (SAM) and submit their proposals to Ingrid Anderson and Nikki Layton via email by February 29, 2028, to be considered for award evaluations.
    Wallowa Whitman National Forest Snow Park Snow Plowing
    Agriculture, Department Of
    The Department of Agriculture, specifically the USDA Forest Service, is seeking qualified contractors to provide snow plowing services for the Wallowa-Whitman National Forest Sno-Parks located in Baker City, Oregon. The contract, identified as RFQ 1240BE26Q0014, is structured as an Indefinite Delivery/Indefinite Quantity with Firm Fixed Price CLIN, covering a base year from November 20, 2025, to September 30, 2026, along with five optional renewal years. These Sno-Parks serve as critical access points for winter recreation and special use operations, necessitating timely snow removal to ensure safety and accessibility for the public. Proposals must be submitted via email by 4:30 PM PST on December 22, 2025, and should include a technical quote, price quote, and necessary certifications, as the government intends to award the contract based on these submissions without further discussions. Interested parties can contact Andrea J. Pollock at andrea.pollock@usda.gov for additional 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.
    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.
    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.
    Architect-Engineer Supplemental Services - North Central Regional Office
    Justice, Department Of
    The Department of Justice, specifically the Federal Bureau of Prisons, is seeking qualified architect-engineer firms to provide supplemental services for various facilities in the North Central Region, which includes states such as Colorado, Illinois, and Kansas. The procurement involves indefinite-delivery indefinite-quantity (IDIQ) contracts with a one-year base period and up to four option years, focusing on complex design efforts within secure correctional environments. Interested firms must submit their qualifications using the Standard Form 330, with a guaranteed minimum contract amount of $10,000 and an estimated maximum of $7.5 million annually. Submissions are due by January 19, 2026, and should be directed to Kevin Slone at kslone@bop.gov.
    End of the World Long Term Stewardship
    Agriculture, Department Of
    The U.S. Department of Agriculture, specifically the Forest Service, is seeking industry feedback through a Request for Information (RFI) for the End of the World Long Term Stewardship project in the Nez Perce-Clearwater National Forest, Idaho. The initiative aims to address forest health by reducing risks associated with insect infestations, wildfires, and improving water quality across approximately 17,000 acres, with an anticipated offering of over 50 million board feet of commercial timber. This project is significant for enhancing forest resilience and fostering sustainable land management practices, with various service activities including timber removal, road maintenance, and biomass management planned over a potential 10-year contract term. Interested parties are encouraged to submit their feedback by September 17, 2025, and can direct inquiries to Matt Daigle at matthew.daigle@usda.gov or by phone at 605-415-9057.