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
    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
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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
    Civil Works Multi-Discipline Architect/Engineer (A/E) Multiple Award Task Order Contract (MATOC)
    Dept Of Defense
    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 is focused on engineering services, excluding projects for vertical construction facilities, and is set aside for small businesses under the SBA guidelines. The anticipated solicitation issuance date is December 20, 2025, with additional time allocated for proposal submissions due to the holiday season. Interested firms 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.
    W912HN26RA005 - 100% Total Small Business $400M Two-Phase Design-Build General Construction Multiple Award Task Order Contract (MATOC)
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers Savannah District, is seeking qualified small businesses for a Two-Phase Design-Build General Construction Multiple Award Task Order Contract (MATOC) valued at $400 million. This procurement aims to establish a contract for general construction projects primarily in Georgia and North Carolina, encompassing new construction, renovation, maintenance, and repair work, with task orders ranging from $7 million to $30 million. The awarded contracts will have a base period of five years, and the selection process will utilize a Best Value Decision based on past performance, design experience, and technical capability. Interested parties must submit proposals by December 18, 2025, at 11:00 AM EST via the PIEE Solicitation Module, and can contact Gregory Graham at gregory.m.graham@usace.army.mil for further 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.
    INDEFINITE DELIVERY CONTRACT FOR ARCHITECT AND ENGINEERING (A-E) SERVICES FOR TOPOGRAPHIC AND HYDROGRAPHIC SURVEYING AND MAPPING SERVICES TO SUPPORT THE CARIBBEAN DISTRICT AND USACE
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Caribbean District, is seeking qualified small business firms to provide architect and engineering (A-E) services for topographic and hydrographic surveying and mapping. The contract aims to support various civil works projects within the geographic boundaries of Puerto Rico and the Antilles, including tasks such as property boundary surveys, geodetic control surveys, and inland hydrographic surveying. This Indefinite Delivery, Indefinite Quantity contract will have a maximum order limit of $5 million over a potential five-year period, with responses due to the primary contact, Katrina Chapman, at katrina.l.chapman@usace.army.mil by the specified deadline. Interested firms are encouraged to submit a Statement of Capability detailing their experience, equipment, and past performance relevant to the required services.
    A-E Master Planning Services IDC
    Dept Of Defense
    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.
    Notification to the public of consolidation of contract requirements
    Dept Of Defense
    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.
    Comprehensive Everglades Restoration Plan, Broward County Water Preserve Areas, Contract 2, C-11 Impoundment and Mitigation Area A, Broward County, Florida
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the Comprehensive Everglades Restoration Plan (CERP) in Broward County, Florida, specifically for Contract 2, C-11 Impoundment and Mitigation Area A. This large-scale construction project, valued at over $500 million, aims to enhance stormwater management, groundwater recharge, and environmental sustainability by constructing a significant earthen reservoir, embankments, and water control structures. The solicitation is open to all offerors and requires registration in the System for Award Management (SAM) to be eligible for contract award. Proposals are due by January 9, 2026, with a pre-proposal conference and site visit having already taken place, and interested parties can contact Ligaya Lowe at ligaya.m.lowe@usace.army.mil or Manuela Voicu at manuela.d.voicu@usace.army.mil for further information.
    FY25 IDIQ Hopper Dredge Rental
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking bids for the FY25 IDIQ Hopper Dredge Rental project, which involves dredging operations for the Mobile District Navigation Projects across Alabama, Mississippi, and Florida. Contractors will be required to provide the necessary equipment, materials, supplies, and manpower to fulfill the dredging requirements, with an estimated project cost ranging from $25 million to $100 million. This opportunity is open on an unrestricted basis, with a size standard for small businesses set at $37 million in average annual receipts over the past three years. Interested contractors must register in the System for Award Management (SAM) and monitor the Procurement Integrated Enterprise Environment (PIEE) for solicitation documents, which are expected to be available around September 5, 2025. For further inquiries, potential bidders can contact Terri Adams at terri.m.adams@usace.army.mil or by phone at 251-441-6500.
    PRESOLICITATION NOTICE FOR INDEFINITE DELIVERY, INDEFINITE QUANTITY, MULTIPLE AWARD TASK ORDER CONTRACT FOR VARIOUS SMALL CONSTRUCTION PROJECTS IN ILLINOIS AND INDIANA
    Dept Of Defense
    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.
    JACKSONVILLE HARBOR, MAINTENANCE DREDGING, BAR CUT-3 THROUGH CUT-17 AND CUT-55 THROUGH LOWER TERMINAL, CHANNEL DUVAL COUNTY, FLORIDA
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is soliciting bids for maintenance dredging of the Jacksonville Harbor channel in Duval County, Florida. The project involves two main components: the Base element, which includes dredging from Bar Cut-3 through Cut-17 with disposal at the Ocean Dredge Material Disposal Site (ODMDS) Zone C1, and Option A, which covers dredging from Cut-55 through the Lower Terminal Channel with disposal at Bartram Island Dredge Material Management Area (DMMA) Cell F. This maintenance work is crucial for ensuring navigability and safety in the harbor, and it includes additional requirements such as turbidity monitoring and the observation of endangered species. Interested contractors can reach out to Nicole Batista-Cruz at nicole.m.batista-cruz@usace.army.mil or call 904-232-3275 for further details.