The U.S. Army Corps of Engineers is seeking Architect-Engineer (A-E) services for indefinite delivery contracts focusing on roadways and railways projects across CONUS, Alaska, Hawaii, and U.S. Outlying Areas. The government plans to award four IDCs with a five-year ordering period and a shared capacity of $70,000,000. Task orders, ranging from $25,000 to $1,000,000, will be firm-fixed price. This small business solicitation, under NAICS code 541330, anticipates contract award by May 2026. The scope includes design, inspection, planning, and construction support, emphasizing advanced modeling, sustainable design, and antiterrorism measures. Selection criteria prioritize specialized experience, professional qualifications, past performance, capacity, and knowledge of locality, with secondary consideration for small business participation and volume of DoD awards. Proposals, including SF 330s, must be submitted electronically by 2:00 PM Central time on an unspecified date in 2025, with strict page limits and formatting requirements. Questions must be submitted via the ProjNet Bidder Inquiry Portal.
The NAVFAC/USACE Past Performance Questionnaire (PPQ) Form PPQ-0 (9/30/11) is a standardized document used in federal government contracting to evaluate a contractor's past performance. It collects detailed information about the contractor, their role in past projects (prime, subcontractor, joint venture), contract specifics, and project descriptions. The form is divided into sections for the contractor and the client. The client section focuses on evaluating performance across key areas: Quality, Schedule/Timeliness, Customer Satisfaction, Management/Personnel/Labor, Cost/Financial Management, Safety/Security, and General. Each area uses an adjective rating system (Exceptional, Very Good, Satisfactory, Marginal, Unsatisfactory, Not Applicable) with clear definitions to ensure consistent evaluation. The client is also asked to provide narrative feedback on strengths, weaknesses, and any other relevant comments. This questionnaire is crucial for assessing performance risk in future USACE solicitations, emphasizing the government's right to verify all submitted information.
The US Army Corps of Engineers is seeking Architect-Engineer (A-E) services for indefinite delivery contracts focusing on roadways and railways projects across the CONUS, Alaska, Hawaii, and U.S. Outlying Areas. The government plans to award four IDCs, each with a five-year ordering period and a shared capacity of $70,000,000. Task orders, ranging from $25,000 to $1,000,000, will be firm-fixed-price. This procurement is restricted to Small Businesses under NAICS code 541330 ($25,500,000 size standard). Services include design, inspection, construction support, planning, and specialized studies for various infrastructure elements. Contractors must be registered in SAM, comply with subcontracting limitations, and utilize specific software like MII, SpecsIntact, MicroStation, and AutoCAD. Selection criteria prioritize specialized experience, professional qualifications, past performance, capacity, and knowledge of the locality, with secondary tie-breaker criteria for Small Business participation and volume of DoD awards. Submissions are due by October 20, 2025, 2:00 PM Central time, via email as a single PDF file (max 35MB).
The US Army Corps of Engineers is seeking Architect-Engineer (A-E) services for indefinite delivery contracts focusing on roadways and railways projects across CONUS, Alaska, Hawaii, and U.S. Outlying Areas. The government plans to award four IDCs with a five-year ordering period and a shared capacity of $70,000,000. Task orders will range from $25,000 to $1,000,000 and will be firm-fixed price. This acquisition is restricted to Small Businesses under NAICS code 541330. Services include design, inspection, construction support, specialized consulting, and planning, emphasizing advanced modeling, sustainable design, and antiterrorism measures. Selection criteria prioritize specialized experience, professional qualifications, past performance, capacity, and knowledge of locality, with secondary criteria for small business participation and volume of DoD awards. Proposals, including SF 330 Part I and II, must be submitted by November 3, 2025, at 2:00 PM Central time via email to melanie.a.caines@usace.army.mil and kelly.c.hopper@usace.army.mil.