NIH FY2026 AE MATOC
ID: NIH_FY2026_AE_MATOCType: Presolicitation
Overview

Buyer

HEALTH AND HUMAN SERVICES, DEPARTMENT OFNATIONAL INSTITUTES OF HEALTHNIH A E CONSTRUCTIONBETHESDA, MD, 20892, USA

NAICS

Engineering Services (541330)

PSC

ARCHITECT AND ENGINEERING- GENERAL: OTHER (C219)
Timeline
    Description

    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking qualified architect-engineering firms for a Multiple Award Task Ordering Contract (MATOC) focused on Architect-Engineering Services, Construction Quality Management, and Commissioning. The procurement aims to establish multiple indefinite-delivery indefinite-quantity (IDIQ) contracts, with a total ceiling of $400 million over six years, to support NIH's research facilities through professional A/E services and related support. Interested firms must submit their qualifications via Standard Form 330 by November 24, 2025, with specific requirements for both prime contractors and subcontractors, including the submission of individual Part IIs for each subcontractor. For further inquiries, potential bidders can contact Ana Marie Pagulayan or Magan Miller via email.

    Point(s) of Contact
    Ana Marie Pagulayan
    anamarie.pagulayan@nih.gov
    Files
    Title
    Posted
    Amendment #0002, dated October 27, 2025, modifies the pre-solicitation notice for the "NIH Multiple Award Task Ordering Contract (MATOC) for Architect-Engineering Services, Construction Quality Management, and Commissioning." The amendment, issued by the Department of Health & Human Services, Public Health Services, specifically by the National Institutes of Health, makes three key changes. First, it changes the response due date from October 31, 2025, to "TBD" (to be determined) in response to RFIs. Second, it adds "Attachment 2 A-E MATOC Block 24 Form for CQM." Third, it adds "Attachment 3 A-E MATOC Past Performance Questionnaire (PPQ) for CQM." All other terms and conditions of the original solicitation remain unchanged.
    Amendment #0003 for the NIH Multiple Award Task Ordering Contract (MATOC) for Architect-Engineering Services, Construction Quality Management, and Commissioning updates the pre-solicitation notice. Key changes include extending the response due date from October 31, 2025, to November 24, 2025, at 2:00 PM EDT. Additionally, the amendment addresses responses to Requests for Information (RFIs) and updates the Presolicitation Notice, Attachment 1 NIH A-E MATOC Notebook Table of Contents, and Attachment 3 A-E MATOC Past Performance Questionnaire (PPQ) for CQM, all dated October 31, 2025. All other terms and conditions of the solicitation remain unchanged.
    Amendment #0004 revises the National Institutes of Health's (NIH) pre-solicitation notice for a Multiple Award Task Ordering Contract (MATOC) for Architect-Engineering Services, Construction Quality Management, and Commissioning. The amendment specifically modifies Q&A #16 regarding the submission of Part IIs for the SF-330 form. Previously, only the prime contractor was required to submit Part II. The revised guidance clarifies that while the prime company submits the SF-330, each subcontractor must also submit their own Part II to demonstrate qualifications. The prime is responsible for incorporating and summarizing the entire team's qualifications, including those of the subcontractors. All other terms and conditions of the solicitation remain unchanged.
    Amendment #0001 modifies a pre-solicitation notice from the Department of Health & Human Services, Public Health Services, National Institutes of Health. Issued on October 3, 2025, the amendment specifically alters the response due date for the "NIH Multiple Award Task Ordering Contract (MATOC) for Architect-Engineering Services, Construction Quality Management, and Commissioning." The deadline has been extended from October 17, 2025, at 12:00 AM EDT to October 31, 2025, at 2:00 PM EDT. The notice also indicates that this new due date may be further adjusted based on responses to Requests for Information (RFIs). All other terms and conditions of the original solicitation remain unchanged.
    This document outlines the proposal notebook requirements for the NIH A/E MATOC SF 330, detailing the structure and content for architectural and engineering firms. Submissions must include seven hard copies and one electronic version, presented in a 3-ring hardback notebook. The outer front cover needs specific business information such as name, size, NAICS code(s), Unique Entity ID, Cage Code, and primary point of contact. The notebook is organized into 15 tabs, covering essential documents like firm qualifications, key personnel resumes (SF 330, Part 1), project experience (SF 330, Part 2), capacity to perform work, and legal authorizations. Specific page limits apply to certain sections, and firms must include signed joint venture or subcontracting agreements if applicable. Additionally, offerors must disclose any adverse actions within the past five years. Failure to comply with these requirements, particularly regarding signed agreements, will lead to disqualification.
    This government file outlines the detailed requirements for submitting a proposal notebook for the NIH A/E MATOC SF 330, a federal government RFP for architecture and engineering services. The proposal must be submitted as seven hard copies and one electronic version in a 3-ring hardback notebook with specific outer cover information, including business name, size, NAICS codes, UEI, CAGE Code, and primary point of contact. The document provides a comprehensive table of contents for the notebook, specifying 15 tabs with corresponding topics and page limits. Key sections include evidence of licensure, SF 330 forms (Parts 1 and 2), resumes of key personnel, project participation, capacity to accomplish work, joint venture agreements, subcontracting agreements, and disclosure of adverse actions. The instructions emphasize strict adherence to page limits for certain sections and highlight critical requirements like signed joint venture and subcontracting agreements, the absence of which will lead to exclusion from consideration. The document also requires the inclusion of CPARS records or Past Performance Questionnaires for specific tabs, along with a map showing the distance of the offeror's office from NIH facilities.
    The “CQM OFFEROR - PROJECT EXPERIENCE BLOCK 24 FORM” is an attachment to SF-330, Section F, designed for offerors to submit detailed project experience for evaluation in government RFPs, grants, and state/local RFPs. This form requires information such as the project number, A/E firm, offeror name, project title, and key number. It also asks for contract details including award/completion dates and amounts, and the period of performance. Offerors must specify if they acted as a Prime CQM Contractor, Joint Venture, or Other. A critical component is classifying the project work type, with categories like Laboratories (Bio-Medical, Animal, Aquatics, Aseptic), Hospitals/Healthcare Facilities, Offices, Building/Site Utilities Infrastructure, Central Utility Plants, Public Buildings, Data Centers, and Site/Grounds Improvements. The form emphasizes a brief but thorough project description, requiring specific explanations for variances from award value, roles in joint ventures (detailing work performed by the offeror), and work performed as a subcontractor, including corresponding financial values. This ensures clarity and relevance to the contract being bid on.
    Attachment 2, titled "A/E OFFEROR - PROJECT EXPERIENCE BLOCK 24 FORM," is designed to standardize project experience submissions for Architectural/Engineering (A/E) firms responding to government RFPs. This form, to be completed as part of SF-330 Section F, Block 24, requires detailed information for each project, including project number, A/E firm details, contract specifics (award/completion dates, amounts), and a clear categorization of work types (e.g., Laboratories, Hospitals, Building Utilities Infrastructure). A crucial component is the "Brief Description of Project and Relevance to this Contract" section, which mandates specific explanations for any variances from award value, clarification of work performed by joint venture partners or subcontractors, and clear indication of values when the offeror acted as a JV member or subcontractor. The form emphasizes providing a concise yet comprehensive overview of the project's scope, size, and complexity within a five-page limit, ensuring that the submitted experience is directly relevant to the current contract's criteria outlined in the Presolicitation Notice.
    The National Institutes of Health (NIH) in Bethesda, Maryland, is issuing a Past Performance Questionnaire (PPQ) for an Architect and Engineer (A/E) Multiple Award Task Order Contract (MATOC). This document is designated "FOR OFFICIAL USE ONLY" and "Source Selection Sensitive Information." Its purpose is to evaluate the past performance of contractors for the NIH CQM Multiple Award Task Order Contract (MATOC). The questionnaire is divided into two parts: Part I, to be completed by the CQM Contractor, collects company and project owner information, and Part II, to be completed by the CQM's reference, assesses performance based on defined ratings (Exceptional, Very Good, Satisfactory, Marginal, Unsatisfactory, N/A) across categories such as Quality of Work, Schedule Performance, Effectiveness of Cost Control, and Effectiveness of Management. References are asked to provide comments and indicate if they would recommend the firm for future similar requirements. Completed forms must be submitted via email to Thuy Le, Ana Marie Pagulayan, and Magan Miller. This evaluation is critical to the award outcome of the solicitation.
    This document outlines a Past Performance Questionnaire (PPQ) for the National Institutes of Health (NIH) Architect and Engineer (A/E) Multiple Award Task Order Contract (MATOC) and CQM Multiple Award Task Order Contract (MATOC). It is a sensitive document used to evaluate contractor past performance for current solicitations. The questionnaire is divided into two parts: Part I, to be completed by the CQM Contractor, collects company and project owner information, and Part II, to be completed by the CQM's reference, assesses performance in categories such as Quality of Work, Schedule Performance, Effectiveness of Cost Control, and Effectiveness of Management. A rating scale from Exceptional to Unsatisfactory is provided, along with an option for 'N/A'. Completed forms must be emailed to Thuy Le, Ana Marie Pagulayan, and Magan Miller. The survey asks for an overall recommendation for future similar requirements.
    The National Institutes of Health (NIH) is seeking to evaluate the past performance of contractors for its Architect and Engineer (A/E) Multiple Award Task Order Contract (MATOC) through a Past Performance Questionnaire (PPQ). This document, designated as Attachment 3, is for official use only and contains source selection sensitive information. The questionnaire is divided into two parts: Part I, to be completed by the A/E firm, requires detailed company and contract information, while Part II, to be completed by the A/E's reference, involves rating the firm's performance based on predefined criteria such as Quality of Work, Schedule Performance, Effectiveness of Cost Control, and Effectiveness of Management. Definitions for performance ratings (Exceptional, Very Good, Satisfactory, Marginal, Unsatisfactory, N/A) are provided to ensure consistent evaluation. References are asked to provide comments justifying their ratings and to indicate whether they would recommend the A/E firm for future similar requirements. Completed questionnaires must be submitted via email to Thuy Le, Ana Marie Pagulayan, and Magan Miller.
    The NIH FY2026 A/E MATOC (Architect/Engineer Multiple Award Task Order Contract) Attachment 4 outlines the official question and answer template for offerors. This document serves as a structured method for potential contractors to submit their inquiries regarding the RFP. Offerors are instructed to email their questions to specific NIH contacts by 12:00 PM EDT on Friday, September 5, 2025. It is mandatory to submit questions in Excel format using the provided Attachment 4 template, explicitly stating that PDF submissions will not be accepted. The template requires offerors to specify their name, a Q&A number, their question, and identify the relevant document name/attachment number and section/page number within the RFP. This systematic approach ensures clear communication and facilitates the NIH's ability to provide comprehensive answers to all prospective bidders.
    The National Institutes of Health (NIH) Office of Research Facilities (ORF) plans to award multiple indefinite-delivery indefinite-quantity (IDIQ) contracts for Architect-Engineer (A/E) and Construction Quality Management (CQM) services, totaling a $400 million ceiling over six years. Twelve A/E MATOC IDIQ contracts are anticipated, with six reserved for small businesses, including local small businesses near RTP and RML. Additionally, five CQM MATOC IDIQ contracts are expected, with two reserved for small businesses. A/E MATOC awardees are ineligible for CQM IDIQ awards. Firms must submit Standard Form 330, Architect-Engineer Qualifications, by November 24, 2025, detailing specialized experience, past performance, professional qualifications, capacity, and geographic proximity to NIH campuses in Maryland, North Carolina, Arizona, and Montana. The selection process involves evaluation of SF 330s, interviews with top firms, and subsequent negotiations.
    The National Institutes of Health (NIH) Office of Research Facilities (ORF) plans to award multiple indefinite-delivery indefinite-quantity (IDIQ) contracts for Architect-Engineering (A/E) services, including Commissioning Support and Construction Quality Management. This is a request for qualifications, not a Request for Proposal, seeking SF 330 submissions. Twelve IDIQ contracts are anticipated, six reserved for small businesses, with specific geographical preferences. Five additional IDIQ contracts will be awarded for Construction Quality Management and related services, with two reserved for small businesses. A/E MATOC awardees are ineligible for the Cx/CQM IDIQs. The contracts will have a six-year ordering period, a minimum guarantee of $200, and a maximum order obligation of $30 million, with a total ceiling of $400 million. Services will be ordered via firm-fixed-price task orders. Selection criteria prioritize specialized experience (especially in laboratories and healthcare facilities) and past performance, followed by professional qualifications, capacity, and geographic location. Submissions are due by October 17, 2025.
    The NIH FY2026 A/E MATOC Presolicitation Notice addresses numerous questions regarding the upcoming Architecture/Engineering (A/E) and Construction Quality Management (CQM) Multiple Award Task Order Contracts (MATOCs). Key clarifications include submission requirements, page limits, and personnel qualifications. Two separate contract pools are anticipated: 12 A/E MATOC IDIQs for design services and 5 CQM MATOC IDIQs for CQM, Commissioning (Cx), estimating, and technical design reviews. Firms can apply for both but can only be awarded one. The A/E MATOC will be evaluated first. Specific key personnel are required for each MATOC type, and firms must be licensed in the states where they intend to work. Electronic submissions are mandatory, with hard copies no longer required. Small business goals for FY2025 will be used initially, with FY2026 goals to be shared later.
    Lifecycle
    Title
    Type
    NIH FY2026 AE MATOC
    Currently viewing
    Presolicitation
    Similar Opportunities
    All Sites Primary Barrier Equipment and Decontamination Services
    Buyer not available
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking proposals for a firm-fixed price contract titled "All Sites Primary Barrier Equipment and Decontamination Services." This contract aims to support various NIH locations in Maryland and Montana, including the Bethesda Main Campus and the NIAID Integrated Research Facility, by providing essential decontamination services and maintenance of primary barrier equipment. The services are critical for maintaining a safe and healthy environment for NIH patients, employees, and visitors, particularly in high-security research laboratories. Interested small businesses are encouraged to reach out to primary contact Evguenia Mathur at jane.mathur@nih.gov or 301-451-0237, or secondary contact Ashley Kinderdine at ashley.kinderdine@nih.gov or 240-669-5154 for further details. The solicitation is set aside for small businesses under FAR 19.5, and the RFP number is 75N98026R00001.
    A--Pre-Sol Notice of Intent
    Buyer not available
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), has issued a Pre-Solicitation Notice of Intent regarding upcoming procurement opportunities. This notice pertains to research and development services in the physical, engineering, and life sciences sectors, as indicated by the NAICS code 541715. The services sought are crucial for advancing health-related research and healthcare services, contributing to the overall mission of the NIH. For further inquiries, interested parties can contact Lynn M. Furtaw at lynn.furtaw@nih.gov or by phone at +1 301 435 0330.
    Structured Network Cabling Services
    Buyer not available
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is soliciting proposals for structured network cabling services to support the National Institute of Environmental Health Sciences (NIEHS) in Durham, North Carolina. The selected contractor will be responsible for the end-to-end installation of various cabling systems, including horizontal and vertical backbone cables, as well as the demolition of existing infrastructure, ensuring compliance with strict technical and safety standards. This project is critical for establishing a reliable and scalable network infrastructure that supports engineering, operations, maintenance, and construction personnel. Interested contractors should contact Andrew Gathogo at andrew.gathogo@nih.gov or +1 984 287 4386 for further details, with the contract having a five-year ordering period and specific invoicing requirements outlined in the associated documents.
    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.
    NIH COGEN Maintenance and Repair
    Buyer not available
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), intends to award a sole source contract for maintenance and repair services of an SGT-600 gas turbine at the NIH Bethesda Campus Cogen Facility. This procurement, classified under NAICS code 561210 for Facility Support Services, aims to ensure the operational efficiency and reliability of critical energy infrastructure. The contract will be a firm-fixed-price task order with a base period and four option years, and while it is a notice of intent rather than a request for quotes, other interested parties may submit capability statements by December 18, 2025, at 10 AM EST. Submissions should be directed to Anazette Andrews at andrewsa3@mail.nih.gov, and offerors must be registered in SAM.gov to participate.
    C--Sources Sought Notice
    Buyer not available
    The Department of the Interior, specifically the National Park Service (NPS), is seeking qualified architect-engineer firms to provide multi-disciplinary design services through a Sources Sought Notice. This procurement aims to gather information on interested businesses to develop an acquisition strategy for a competitive Multiple Award Indefinite Delivery Indefinite Quantity (IDIQ) contract, which will cover a five-year ordering period with a maximum value of $150 million and individual task orders not exceeding $3 million. The services will support projects located throughout the Intermountain Region and potentially nationwide, emphasizing the importance of professional licenses and compliance with federal regulations. Interested firms must respond by January 16, 2026, at 3:00 PM Mountain Time, and can contact Edwin Berry at edwinberry@contractor.nps.gov or by phone at 303-969-2288 for further information.
    Two Phase Design Build IDIQ MATOC in Support of the Western Region
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is announcing a presolicitation for a Two Phase Design Build Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contracts (MATOC) to support the Defense Health Agency (DHA) program in the Western Region of the United States. This procurement aims to provide design-build and repair services for military healthcare and research laboratory facilities, focusing on architectural, mechanical, electrical, instrumentation, security, and safety areas, with a total contract capacity of $249 million. The solicitation will be available on or around January 12, 2026, and interested contractors must be registered in SAM.gov to access the solicitation documents via the Procurement Integrated Enterprise Environment (PIEE) website. For further inquiries, potential bidders can contact LaRhonda Archie at larhonda.m.archie@usace.army.mil or the CT-M Inbox at ct-cproposals-medcom@usace.army.mil.
    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.
    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.