$70M SB Roads & Railways A-E Services MATOC
ID: W9128F25RA116Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW071 ENDIST OMAHAOMAHA, NE, 68102-4901, 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 Department of Defense, through the U.S. Army Corps of Engineers, is seeking qualified architect-engineer firms to provide indefinite delivery contracts for specialized services related to roadways and railways projects across the continental United States, Alaska, Hawaii, and U.S. Outlying Areas. The procurement aims to award four indefinite delivery contracts (IDCs) with a total shared capacity of $70 million, focusing on design, inspection, construction support, and planning services, with task orders ranging from $25,000 to $1,000,000. This initiative is crucial for enhancing infrastructure and ensuring compliance with advanced modeling and sustainable design practices, while also emphasizing antiterrorism measures. Interested small businesses must submit their proposals, including SF 330 forms, by November 3, 2025, at 2:00 PM Central time, to the designated contacts, Kelly Hopper and Melanie A. Caines, via email.

    Point(s) of Contact
    Files
    Title
    Posted
    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.
    Lifecycle
    Title
    Type
    Similar Opportunities
    INDEFINITE DELIVERY/INDEFINITE QUANTITY MULTIPLE AWARD CONTRACT FOR MULTIDISCIPLINE ARCHITECT-ENGINEER SERVICES IN SUPPORT OF CONSTRUCTION PROJECTS LOCATED PRIMARILY IN THE NORFOLK DISTRICT AREA OF RESPONSIBILITY (AOR), BUT ALSO NORTH ATLANTIC DIVISION AOR
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is seeking qualified small business architect-engineer firms for an Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Contract to support construction projects primarily within the Norfolk District and North Atlantic Division Areas of Responsibility. The contract will encompass a wide range of multi-discipline architect-engineering services, including planning, design, engineering studies, construction management, and various facility-related projects, with a total shared capacity of approximately $240 million over a five-year base period. Interested firms must be registered in the System for Award Management (SAM) and meet the Small Business Size Standard of $22.5 million under NAICS Code 541330, and they are required to submit a capabilities statement by December 11, 2025, detailing their experience and qualifications, including three example projects and the professional qualifications of key personnel. For further inquiries, firms can contact Dariya Walker at dariya.m.walker@usace.army.mil or Nicholas Lizotte at Nicholas.Lizotte@usace.army.mil.
    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
    Buyer not available
    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.
    INDEFINITE DELIVERY/INDEFINITE QUANTITY CONTRACT FOR ARCHITECT-ENGINEER SERVICES FOR DESIGN, ENGINEERING, SPECIFICATION WRITING, COST ESTIMATING, AND RELATED SERVICES FOR MILCON AND OTHER PROJECTS AT VARIOUS LOCATIONS UNDER THE COGNIZANCE OF NAVFAC HAWAII
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC) Hawaii, is soliciting proposals for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract for multi-discipline architect-engineer services. This procurement aims to engage highly qualified firms to provide design, engineering, specification writing, cost estimating, and related services for Military Construction (MILCON) and other projects, primarily in Hawaii but potentially worldwide. The contract encompasses a base period of one year, with four additional one-year options and a six-month extension, totaling a maximum fee of $200,000,000. Interested firms must submit their qualifications using Standard Form SF330 by December 17, 2025, and are encouraged to review the attached documents for detailed requirements and evaluation criteria, including specialized experience and commitment to small business participation. For further inquiries, contact Brittney Lazo at brittney.a.lazo.civ@us.navy.mil or Kris Nakashima-Wong at kris.e.nakashima-wong.civ@us.navy.mil.
    INDEFINITE DELIVERY/INDEFINITE QUANTITY CONTRACT FOR MULTI-DISCIPLINE ARCHITECT-ENGINEER SERVICES FOR VARIOUS MULTI-DISCIPLINE ENGINEERING AND RELATED PROJECTS UNDER THE COGNIZANCE OF NAVAL FACILITIES ENGINEERING SYSTEMS COMMAND, HAWAII
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC) Hawaii, is seeking qualified architect-engineer firms for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract to provide multi-discipline architect-engineer services for various projects primarily located in Hawaii, with potential for worldwide application. The contract, which is a total small business set-aside, includes a base period of one year with four additional one-year options and a six-month extension, with a total fee not exceeding $20 million and a guaranteed minimum of $3,000. The selected firm will be responsible for a range of services including project documentation, design-build documents, engineering studies, and post-construction services, with task orders valued between $5,000 and $1.5 million. Interested firms must submit their qualifications via the SF330 form by December 30, 2025, at 2:00 PM Hawaii Standard Time, and are encouraged to contact Kelcie Kimura or Kris Nakashima-Wong for further information.
    A-E Master Planning Services IDC
    Buyer not available
    The U.S. Army Corps of Engineers (USACE) - Tulsa District is seeking qualified architect-engineer firms to provide Master Planning Services through a competitive Firm-Fixed-Price Indefinite Delivery Contract (IDC). The procurement aims to solicit professional, multi-discipline A-E services primarily within military and civil boundaries across Texas, Oklahoma, Louisiana, Arkansas, and southern Kansas, in accordance with relevant regulations and acquisition instructions. These services are crucial for effective regional planning and environmental management, ensuring that the USACE can meet its operational needs. Interested firms, particularly those classified as Small Business, Section 8(a), HUBZone, Service-Disabled Veteran-Owned Small Business (SDVOSB), or Woman-Owned Small Business (WOSB), are encouraged to express their interest and capabilities by contacting Thomas Howard at thomas.howard@usace.army.mil or by phone at 918-669-4389.
    A-E Civil Planning and Design Services - Multiple-Award Task Order Contract - Unrestricted with Small Business Reserve (Kansas City District)
    Buyer not available
    The U.S. Army Corps of Engineers, Kansas City District, is soliciting qualified architect-engineer firms for a Multiple Award Task Order Contract (MATOC) focused on civil planning and design services. This unrestricted contract, which includes a small business reserve, aims to provide essential A-E services for various projects, including flood risk management, water supply, environmental infrastructure, and ecosystem restoration, across the Northwestern Division Area of Responsibility. The total contract capacity is $95 million, with seven awards anticipated, four of which are designated for small businesses. Interested firms must submit their qualifications via the PIEE Solicitation Module by January 15, 2026, and should ensure they are registered in SAM.gov and compliant with relevant regulations. For further inquiries, contact Erick Ottoson at erick.s.ottoson@usace.army.mil or Laura Hedrick at laura.l.hedrick@usace.army.mil.
    Notification to the public of consolidation of contract requirements
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, Mobile District, is initiating a procurement for an Indefinite Delivery Indefinite Quantity (IDIQ) Single Award Task Order Contract (SATOC) valued at $4.5 million for general repair and construction services at the Engineer Research and Development Center (ERDC) in Vicksburg, Mississippi. This contract aims to consolidate multiple discrete site requirements into a single procurement to enhance operational efficiency, streamline acquisition processes, and ensure timely completion of critical repair and construction tasks, particularly as the fiscal year concludes. The consolidation is aligned with the Small Business Administration’s 8(a) Business Development Program, supporting small business participation while providing flexibility and cost efficiency. Interested parties can contact Kenneth Harlan at kenneth.p.harlan@usace.army.mil for further details.
    PRESOLICITATION NOTICE FOR INDEFINITE DELIVERY, INDEFINITE QUANTITY, MULTIPLE AWARD TASK ORDER CONTRACT FOR VARIOUS SMALL CONSTRUCTION PROJECTS IN ILLINOIS AND INDIANA
    Buyer not available
    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.
    FY26 Design Build / Design Bid Build General Construction East Multiple Award Task Order Contract (MATOC)
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers Charleston District, is seeking qualified small businesses for a Design Build/Design Bid Build General Construction Multiple Award Task Order Contract (MATOC). This procurement aims to establish a 100% Small Business Set-Aside Indefinite Delivery, Indefinite Quantity (IDIQ) contract with a total capacity of $350 million, intended for various construction projects within the Charleston District. The contract will encompass a three-year base ordering period with an option for an additional two years, allowing for task orders ranging from the simplified acquisition threshold up to $25 million. Proposals must be submitted electronically via the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module by December 9, 2025, and interested parties can reach out to Michael Stiltner at michael.s.stiltner@usace.army.mil or by phone at 843-329-8045 for further information.
    Civil Works Multi-Discipline Architect/Engineer (A/E) Multiple Award Task Order Contract (MATOC)
    Buyer not available
    The Department of Defense, specifically the Department of the Army through the W2SD Endist Baltimore office, is seeking qualified architect-engineer firms for a Civil Works Multi-Discipline Architect/Engineer (A/E) Multiple Award Task Order Contract (MATOC). This procurement aims to provide engineering services under a Total Small Business Set-Aside, allowing small businesses to compete for the contract, which is crucial for supporting various civil works projects. The anticipated solicitation issuance date is set for December 20, 2025, with additional time allocated for proposal submissions due to the holiday season. Interested parties can reach out to Evan Cyran at evan.m.cyran@usace.army.mil or 410-962-6037, or Sherry Rhoden at sherry.s.rhoden@usace.army.mil or 443-890-3871 for further information.