Indefinite Delivery Contract for Multi-Discipline Miscellaneous Civil Works and Other Architect and Engineering (A-E) Services Within the Boundaries of the Jacksonville District
ID: W912EP25R0007Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW074 ENDIST JACKSNVLLEJACKSONVILLE, FL, 32207-0019, USA

NAICS

Engineering Services (541330)

PSC

ARCHITECT AND ENGINEERING- GENERAL: OTHER (C219)

Set Aside

Partial Small Business Set-Aside (FAR 19.5) (SBP)
Timeline
  1. 1
    Posted Mar 18, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 22, 2025, 12:00 AM UTC
  3. 3
    Due May 1, 2025, 5:00 PM UTC
Description

The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for an Indefinite Delivery Contract for multi-discipline architect and engineering services within the Jacksonville District, with a total capacity of $83 million. The procurement aims to award eight contracts—four to small businesses and four unrestricted—over a performance period of one year, extendable to five years, to support civil works projects in Florida and Georgia. Services required include engineering and design for various civil works projects, such as flood risk management, ecosystem restoration, and navigation, emphasizing the importance of small business participation. Interested firms must submit their qualifications via the Procurement Integrated Enterprise Environment (PIEE) by April 24, 2025, and can direct inquiries to Contract Specialist Peter S. Barone at peter.s.barone@usace.army.mil or Contracting Officer Sherelle N. Barber at sherelle.n.barber@usace.army.mil.

Point(s) of Contact
Files
Title
Posted
Apr 22, 2025, 6:07 PM UTC
The document comprises a comprehensive list of firms and their respective points of contact (POCs), including emails, primarily involved in federal and state/local Request for Proposals (RFPs) and grants. The firms vary from engineering and consulting companies—such as AECOM, Jacobs, and Black & Veatch—to specialized service providers focused on environmental and infrastructure projects. Each entry is organized systematically, showcasing the firm's name, POC's name, and multiple email addresses for direct communication. The document serves as a resource for government agencies needing to solicit proposals or grants from these firms for various projects, ensuring accessibility to key contacts for collaboration or bidding processes. This structured collection highlights the competitive landscape within federal projects and aids government entities in streamlining outreach efforts for essential services and expertise.
Apr 15, 2025, 3:07 PM UTC
The document pertains to a Request for Proposals (RFP) for an Indefinite Delivery Contract covering multi-discipline civil works and architectural-engineering services within the Jacksonville District. A series of questions and answers is provided, addressing various clarifications for firms interested in the proposal. Key points include resume requirements (maximum of two pages), guidelines for submitting supporting documentation, and confirming that each firm must demonstrate related experience across specified water resources categories. Notably, firms are encouraged to submit multiple resumes for different disciplines and are provided specific instructions on page limits for various sections of the submission, particularly Section H, which adheres to a 15-page maximum. The document also outlines participation criteria for small businesses and the roles allowed for joint ventures. Overall, the Q&A aims to ensure clarity in the proposal submission process while maintaining a structured framework for evaluation, emphasizing technical capability and past performance as essential for successful bids. This RFP reflects the government's commitment to acquiring qualified contractors for civil engineering projects, emphasizing both experience and compliance with specific submission criteria.
Apr 15, 2025, 8:05 PM UTC
The solicitation W912EP25R0007 outlines the U.S. Army Corps of Engineers’ need for an Indefinite Delivery Contract for multi-discipline Civil Works and other Architect and Engineer (A-E) services within the Jacksonville District. The document addresses key details about proposal submission, including requirements for personnel resumes, project experience, and the evaluation criteria for submissions. It clarifies the use of fonts, page limits for various sections, and the necessary documentation related to past performance and small business participation plans. Central questions raised during a pre-proposal teleconference are answered regarding the submission format, page limitations, and organizational charts. Notably, the solicitation emphasizes the requirement for understanding relevant projects within the last ten years, with no expectation for 100% project completion. Additionally, considerations are made for Joint Ventures, with specific attention to conflict-of-interest policies. The solicitation aims to ensure the selection of the most proficient contractors capable of delivering quality work for projects in Florida and nearby regions, with the response due date extended to May 1, 2025. This solicitation reflects the organization's commitment to transparency and providing necessary guidance during the proposal process.
Apr 17, 2025, 3:06 PM UTC
This document pertains to solicitation W912EP25R0007 for an Indefinite Delivery Contract for Multi-Discipline Civil Works and Architect and Engineering Services within the Jacksonville District. The file primarily contains a series of questions and answers aimed at clarifying submission requirements for prospective offerors. Key elements include specific formatting instructions for resumes, the number of required resumes across various disciplines, and clarification on page limits for supporting documentation. Notably, firms must detail relevant experience and performance, with no requirement for completed projects in the past ten years. A clear distinction is made regarding the separation of Small Business and Other than Small Business categories for proposals. The government affirms inclusion criteria and emphasizes a coordinated assessment of submissions to select capable firms. Changes and corrections, particularly related to personnel qualifications and page limits, indicate a responsive approach to offeror feedback. The document underscores the procedural framework governing government solicitations and the importance of meeting precise guidelines for project success.
Apr 22, 2025, 6:07 PM UTC
The document outlines the solicitation W912EP25R0007 for an Indefinite Delivery Contract concerning multi-discipline miscellaneous civil works and architect-engineering services within the Jacksonville District. It contains a series of questions and answers from a pre-proposal teleconference held on April 7, 2025, aimed at clarifying submission requirements and addressing concerns related to the proposal process. Key points include the requirement for resumes, documentation for past performance, the page limits for various sections of the SF 330 form, and stipulations for submitting proposals as a prime contractor or joint venture. The solicitation emphasizes that firms must demonstrate relevant experience in engineering services completed within the last ten years and includes specific requirements for key personnel. The document highlights the importance of clarity in the proposals, the evaluation criteria, and the enforcement of submission guidelines. The solicitation ultimately aims to select qualified contractors for the upcoming five-year period of service provision in multiple civil engineering disciplines within the designated geographical areas.
Apr 17, 2025, 1:04 AM UTC
The document outlines the Request for Proposals (RFP) for an Indefinite Delivery Contract for Multi-Discipline Civil Works and Architect-Engineering Services within the Jacksonville District. It includes a series of questions and answers relating to proposal submissions, clarifying requirements for resumes, documentation, and evaluation criteria. Key points include: - Resumes must be two pages, and supplementary supporting documentation will not count against a specified 15-page limit in Section H. - Each key discipline, particularly in Civil Water Resources, requires a minimum of one dedicated resume. - The inclusion of Past Performance documentation is emphasized, with the option for additional materials to be submitted in an appendix. - Clarifications were provided regarding submission procedures for Joint Venture firms and participation limits for subcontractors. - Evaluation criteria highlight the importance of demonstrating competence across various project types and categories of work, focusing on engineering and design services completed in the last decade. The document serves as a guide for firms preparing their proposals, detailing the submission format, content requirements, and clarifying the government’s expectations during the evaluation process. It aims to ensure agencies select qualified contractors for essential civil engineering projects efficiently.
Apr 22, 2025, 6:07 PM UTC
The W912EP25R0007 solicitation outlines an Indefinite Delivery Contract for multi-discipline architect and engineering services for civil works within the Jacksonville District. During a pre-proposal teleconference on April 7, 2025, several key questions and answers were addressed. Notably, there will not be an industry day for teaming partners, and environmental studies will be included in project development. The selection criteria will not prioritize experience by discipline, and firms are required to submit a single SF 330 addressing all criteria, rather than separate ones per category. Notably, the government updated the requirement for demonstrating capacity to accommodate task orders, previously set at $25 million but now omitted from the criteria due to amendments made after the teleconference. The document emphasizes the inclusion of qualified professional resumes, specifically a minimum of one for each key discipline defined in the solicitation. Additionally, the solicitation indicates the potential for sediment quality investigations for dredging projects and addresses concerns about licensing requirements for cost estimators. The document serves as a vital guide for contractors seeking to understand the expectations and requirements for participation in the contract bidding process.
Apr 1, 2025, 8:05 PM UTC
The document outlines the Indefinite Delivery Contract for Multi-Discipline Miscellaneous Civil Works and Architect and Engineering (A-E) Services within the Jacksonville District, detailing responses to questions raised about the Request for Proposals (RFP). It confirms that resumes submitted should be two pages long and that firms may submit multiple resumes for various disciplines, particularly in Civil Water Resources, requiring at least one for hydraulics, hydrology, and coastal categories. Additionally, the document clarifies submission requirements for past performance, indicating that materials will count against a 15-page limit, but extra supporting documentation can be included in an Appendix. The responses address concerns regarding proposal submission formats, including allowable page sizes for summaries, font types, and requirements for demonstrating expertise across defined service areas. Importantly, the document emphasizes the need for contractors to showcase broad and deep technical competence while maintaining compliance with selection criteria outlined in the solicitation. Overall, this Q&A session facilitates understanding of submission requirements for contractors interested in securing federal contracts, ensuring clarity and guiding the proposal preparation process.
The Jacksonville District of the U.S. Army Corps of Engineers is soliciting proposals for an Indefinite Delivery Contract for Multi-Discipline Civil Works and other Architect-Engineer Services. The pre-proposal teleconference is set for April 7, 2025, outlining key administrative items, contract information, and submission requirements. The initiative targets awarding eight contracts (four for small businesses and four unrestricted), with a total capacity of $83 million, and a performance period of one year, extendable to five. Special emphasis is placed on ensuring small business participation through targeted task orders. Key selection criteria include specialized experience, qualified personnel, past performance, and proximity to project sites. Proposals must be submitted electronically through the Procurement Integrated Enterprise Environment (PIEE) by April 24, 2025. Essential references such as the Brooks Act and Federal Acquisition Regulations point to strict adherence during evaluations for fairness. This document serves to inform potential offerors of the requirements and procedures aimed at supporting both large and small businesses in the contracting process while facilitating significant civil engineering projects across Florida and Georgia.
The document details the proceedings of a pre-proposal teleconference for the CW Design IDIQ MATOC, identified as W912EP-25-R-0007, with a total value of $83 million. The meeting took place on April 7, 2025, and was attended by 154 participants, lasting nearly two hours. Key participants included Perry A. Hubert from the US Army Corps of Engineers, along with various other government and engineering professionals. Discussions likely covered government RFPs related to contract opportunities, outlining parameters for projects under the CW IDIQ MATOC program. Attendees included notable organizations and individuals involved in civil engineering and construction sectors, reflecting a wide interest in the project. The average attendance duration was about 57 minutes, indicating strong engagement among participants. In sum, the teleconference served to inform stakeholders about forthcoming contract opportunities while facilitating networking among potential contractors and government representatives. Such meetings are crucial for clarifying proposal requirements and expectations, ultimately enhancing project transparency and collaboration within federal and state contracting frameworks.
Similar Opportunities
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 for Architect-Engineer Design Services for Civil Works Projects (U.S. Army Corps of Engineers, Kansas City District)
Buyer not available
The U.S. Army Corps of Engineers (USACE), Kansas City District, is seeking qualified architect-engineer firms to provide civil works design services for various projects, including military installations and hazardous waste missions. The procurement aims to establish a Multiple-Award, Indefinite-Delivery Indefinite-Quantity (IDIQ) Task Order contract, with a total capacity limit of $95 million, to support a range of civil design services such as flood risk management, eco-restoration, and engineering support. Interested firms are encouraged to submit a capabilities package by May 7, 2025, to Contract Specialist Erick Ottoson at erick.s.ottoson@usace.army.mil, with a copy to Contracting Officer Laura Hedrick at laura.l.hedrick@usace.army.mil, as this notice serves as a market survey and is not a request for proposals.
Brandon Road Interbasin Project A-E Design Services Single Award IDIQ
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers, Rock Island District, is seeking qualified architect-engineer firms for the Brandon Road Interbasin Project, which involves a Single Award Indefinite Delivery/Indefinite Quantity (IDIQ) contract for design and engineering services. The primary objective of this procurement is to provide comprehensive services for a complex ecosystem restoration project aimed at preventing the movement of invasive species into the Great Lakes, utilizing innovative deterrent technologies and ensuring compliance with federal regulations. The contract, valued at a maximum of $85 million, spans five years with potential extensions and requires firms to demonstrate their qualifications, experience, and capacity to deliver high-quality engineering services. Interested parties must submit their qualifications by 2:00 p.m. Central Time on May 29, 2025, and can direct inquiries to Samantha Johanson or Brunson Grothus via their provided email addresses.
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.
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.
MARINE CORPS SUPPORT FACILITY - BLOUNT ISLAND, MAINTENANCE DREDGING, DUVAL COUNTY, FLORIDA
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, is seeking interest from qualified contractors for a maintenance dredging project at the Marine Corps Support Facility - Blount Island in Jacksonville, Florida. The project involves dredging to a depth of 38 feet, with an additional two feet of allowable overdepth, and includes environmental monitoring and disposal activities at the Dayson Island Disposal Area. This opportunity is crucial for maintaining navigational channels and ensuring operational readiness at the facility. Interested bidders must submit their qualifications by April 30, 2025, with an estimated contract value between $1 million and $5 million, and the anticipated solicitation issuance date is around May 28, 2025. For further inquiries, contact Timothy G. Humphrey at Timothy.G.Humphrey@usace.army.mil or Guesley Leger at Guesley.Leger@usace.army.mil.
Unrestricted Military & Civil A-E Services MATOC
Buyer not available
The Department of Defense, specifically the Department of the Army through the W071 Endist Omaha office, is preparing to issue a presolicitation for an Unrestricted Military and Civil Architect-Engineering (A-E) Services Multiple Award Task Order Contract (MATOC). This procurement aims to award up to five firm fixed price Indefinite Delivery Contracts (IDCs) with a total capacity of $200 million for A-E services related to studies, analysis, and design for military and civil projects within the USACE Northwestern Division. The projects will encompass various types of facilities and structures on military bases and federal installations, including new construction, renovation, and maintenance of facilities such as barracks and utilities. Interested firms must register in the System for Award Management (SAM) and keep their information current, as solicitation documents will be available on https://SAM.gov. For further inquiries, contact Susan Prater at susan.prater@usace.army.mil or Tyler P. Hegge at tyler.hegge@usace.army.mil, with the contract performance period set for five years starting from the award date.
Comprehensive Everglades Restoration Plan, Broward County Water Preserve Areas, Contract 2, C-11 Impoundment and Mitigation Area A, Broward County, Florida
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, Jacksonville District, is soliciting proposals for the Comprehensive Everglades Restoration Plan, specifically for Contract 2 related to the C-11 Impoundment and Mitigation Area A in Broward County, Florida. This project involves a Design-Bid-Build construction contract that includes the construction of dam and levee embankments, water control structures, and associated environmental features, aimed at enhancing water management and ecological restoration in the region. The overall project is significant for its role in restoring the Everglades ecosystem, with a total storage capacity of 4,600 acre-feet and various environmental protections in place. Interested contractors must submit their proposals electronically via the Procurement Integrated Enterprise Environment (PIEE) by the specified deadline, and are encouraged to register as interested vendors on the Sam.gov website for updates. For further inquiries, contact Ligaya Lowe at ligaya.m.lowe@usace.army.mil or Manuela Voicu at manuela.d.voicu@usace.army.mil.
Design Build and Design Bid Build Indefinite Delivery Indefinite Quantity Medium Multiple Award Construction Contract for the NAVFAC Area of Operations
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Systems Command Southeast (NAVFAC SE), is seeking qualified small businesses to participate in a Design-Build and Design-Bid-Build Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC) for various construction projects within its area of operations, primarily in the southeastern United States. The contract will encompass new construction, renovation, alteration, and repair of medium general construction projects, including facilities such as barracks, administrative buildings, and medical facilities, with a total funding ceiling of $1.5 billion over five years. Interested small businesses must submit proposals electronically via the Procurement Integrated Enterprise Environment (PIEE) after the solicitation is released, which is expected to occur within 15 days of this presolicitation notice, with Phase-One proposals due no earlier than 30 days thereafter. For further inquiries, contact Matthew Abbott at matthew.j.abbott5.civ@us.navy.mil or Marina 'Gaby' Mote at marina.g.mote.civ@us.navy.mil.
Indefinite Delivery Indefinite Quantity (IDIQ) Civil Works Design and Survey and Photogrammetric Mapping
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Albuquerque District, is seeking qualified architect-engineer firms for an Indefinite Delivery Indefinite Quantity (IDIQ) contract focused on civil works design, surveying, and photogrammetric mapping services. This contract aims to support flood control and erosion protection projects within the Albuquerque District, which encompasses areas in Southern Colorado, New Mexico, and Southwest Texas, with potential work extending beyond these regions. The anticipated contract value is up to $49.9 million, with individual task orders ranging from $20,000 to $500,000, and interested firms must respond to this sources sought notice by May 16, 2025, to express their capabilities and qualifications. For further inquiries, firms can contact Robert J. McPherren at robert.j.mcpherren@usace.army.mil or by phone at 505-342-3455.