WFL AE Design IDIQ
ID: 69056726R000004Type: Solicitation
Overview

Buyer

TRANSPORTATION, DEPARTMENT OFFEDERAL HIGHWAY ADMINISTRATION690567 WESTERN FEDERAL LANDS DIVVANCOUVER, WA, 98661, USA

NAICS

Engineering Services (541330)

PSC

ARCHITECT AND ENGINEERING- GENERAL: LANDSCAPING, INTERIOR LAYOUT, AND DESIGNING (C211)

Set Aside

Partial Small Business Set-Aside (FAR 19.5) (SBP)
Timeline
    Description

    The Department of Transportation, through the Federal Highway Administration's Western Federal Lands Highway Division (WFLHD), is seeking qualified architect-engineer firms for the WFL AE Design Indefinite Delivery Indefinite Quantity (IDIQ) contracts. The procurement aims to provide comprehensive architect-engineer services, including project planning, preliminary engineering, and post-design support for federally funded transportation infrastructure projects across environmentally sensitive areas in Alaska, Idaho, Montana, Oregon, Washington, and Wyoming. The total contract ceiling is set at $60 million, with a minimum guarantee of $10,000 per IDIQ, and two contracts are specifically set aside for small businesses. Interested firms must submit their qualifications using the Standard Form 330 by January 30, 2026, and should direct any inquiries to Kyle M. Wood at WFL.AE@DOT.GOV or by phone at 360-619-7860.

    Point(s) of Contact
    Files
    Title
    Posted
    The Western Federal Lands Highway Division (WFLHD) is seeking Architect and Engineering (A/E) firms for up to five Indefinite Delivery Indefinite Quantity (IDIQ) contracts. This Request for Qualifications (RFQ) seeks proposals for multi-discipline A/E services with a shared ceiling of $60,000,000. Two IDIQs are set aside for small businesses. Firms must submit a completed SF 330, be registered in SAM.gov, and meet prerequisites including five years of highway design and federal environmental compliance experience, three years with Microstation and OpenRoads, and professional engineering and land surveyor licenses in Alaska, Idaho, Montana, Oregon, Washington, and Wyoming. Key personnel resumes, example projects, past performance evaluations, and demonstrations of responsiveness are critical for evaluation. The scope of work includes project management, highway design, environmental compliance, geotechnical, structural, hydraulic, landscape architecture, pavement, surveying, right-of-way, and construction support services for transportation infrastructure projects, primarily within the specified six states. Task orders can be Firm-Fixed-Price or Labor-Hour, ranging from $1,000 to $10,000,000.
    The Western Federal Lands Highway Division (WFLHD) is soliciting Architect and Engineering (A/E) firms for up to five Indefinite Delivery Indefinite Quantity (IDIQ) contracts, two of which are set aside for small businesses. These contracts have a shared ceiling of $60,000,000, with a minimum guarantee of $10,000 per IDIQ. The primary NAICS code is 541330 (Engineering Services) with a $25.5 million small business size standard. Services will support transportation infrastructure projects, mainly federally funded road projects, in environmentally sensitive areas across states including Alaska, Washington, Oregon, Idaho, Montana, and Wyoming. Key services include project management, highway design, environmental compliance, geotechnical engineering, bridge and structural design, hydraulic engineering, landscape architecture, pavements and materials, surveying, right-of-way, and construction support. Firms must submit a completed SF 330 electronically and be registered in SAM.gov. Prerequisites include five years of highway design experience, three years with Microstation and OpenRoads, five years in federal environmental compliance for transportation projects, and professional engineering and land surveyor licenses in the specified states. Evaluation criteria focus on key personnel qualifications, relevant example projects, past performance, and the firm's responsiveness and adaptability.
    The Western Federal Lands Highway Division (WFLHD) has issued a Request for Qualifications (RFQ) for Architect and Engineering (A/E) firms for multi-discipline indefinite delivery, indefinite quantity (IDIQ) contracts. WFLHD anticipates awarding up to five IDIQ contracts, two set aside for small businesses, with a shared ceiling of $60,000,000 and a guaranteed minimum of $10,000 per IDIQ. The NAICS code is 541330 (Engineering Services) with a small business size standard of $25.5 million. The contract period is five years. Services primarily involve transportation engineering for federal land management agencies in Alaska, Idaho, Montana, Oregon, Washington, and Wyoming. Key services include project management, highway design, environmental compliance, geotechnical engineering, bridge and structural design, hydraulic and hydrologic engineering, landscape architecture, pavements and materials, surveying and mapping, right-of-way and utilities, and construction support. Firms must submit a completed SF 330 electronically by January 15, 2026, and be registered in SAM.gov. Prerequisites include five years of highway design and federal environmental compliance experience, three years using Microstation and OpenRoads, and professional engineering and land surveyor licenses in the listed states. Evaluation criteria focus on key personnel resumes, example projects, past performance, and demonstration of responsiveness and flexibility.
    The document contains a series of questions and answers related to Request for Proposal 69056726R000004 for the 2026 WFL Architect/Engineer IDIQ. Key points clarify that IDIQ contracts are not considered example projects, and only the first six examples provided will be evaluated. The organization chart may be presented on an 11x17 page, while other pages must be 8.5x11. Firms can submit proposals for the AE Design IDIQ with a limited role in Construction Management/Inspection support. The AE Design IDIQ and CM/CI Support IDIQ are separate procurements. A Subcontracting Plan is not required for the RFQ. Proposal cover sheets and cover letters will not be presented to the evaluation team. Firms can respond as a prime and be a subcontractor for another prime. The 10-point font within SF330 forms is acceptable. Past Performance Questionnaires will not be provided; responders must submit equivalent performance evaluations. State DOTs qualify as partner agencies. The mention of offices within the WFLHD boundary is not a minimum requirement. The two-page maximum for Section H refers to the "Demonstration of responsiveness, flexibility, leadership, and adaptability" section. Finally, prime contractors and subcontractors must possess a professional engineering license in Alaska, Idaho, Montana, Oregon, Washington, and Wyoming to be evaluated further.
    This document presents a series of questions and answers related to Request for Proposal 69056726R000004 for the 2026 WFL Architect/Engineer (A/E) IDIQ. Key clarifications include that IDIQ contracts are not considered example projects for Section F, and only the first six examples provided will be evaluated. Organization charts may be presented on 11x17 pages, as per Amendment 002. Firms can submit proposals for the WFL AE Design IDIQ with a limited role in Construction Management and Construction Inspection support. The AE Design IDIQ and CM/CI Support IDIQ are separate procurements. A Subcontracting Plan is not required for the Statement of Qualifications, and cover sheets/letters will not be presented to the evaluation team. Finally, a firm can respond as a prime contractor and also be a subcontractor for another prime.
    The Standard Form 330 (SF330) is used by federal agencies to collect professional qualifications from architect-engineer (A-E) firms for contract selection, as mandated by 40 U.S.C. chapter 11 and FAR Part 36. Selection prioritizes professional qualifications, demonstrated competence, and negotiation of fair and reasonable prices. The form is divided into two parts: Part I details contract-specific qualifications, including team composition, key personnel resumes, and relevant project examples. Part II outlines general firm qualifications, such as company profile, employee disciplines, and average professional services revenues. Agencies may supplement these instructions, emphasizing conciseness and adherence to specific requests. The SF330 ensures transparency and fairness in the A-E selection process, promoting compliance with federal acquisition regulations.
    Lifecycle
    Title
    Type
    WFL AE Design IDIQ
    Currently viewing
    Solicitation
    Presolicitation
    Similar Opportunities
    WA FLAP SKAMAN 92135(1), Wind River Road Slide Reconstruction
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Highway Administration, is soliciting bids for the Wind River Road Slide Reconstruction project (Solicitation No. 69056725B000013) in Skamania County, Washington. This project, designated as a total small business set-aside, involves the construction of road and bridge infrastructure over a distance of 0.5 miles, with an estimated budget ranging from $5,000,000 to $10,000,000. The successful contractor will be required to adhere to federal specifications and regulations, including a fixed completion date of October 30, 2026, and must submit bids in printed format along with necessary documentation such as SF 1442 and a valid bid bond. Interested parties can reach out to the Contracts G. Office at wfl.contracts@dot.gov or by phone at 360-619-7520 for further details.
    C--PACIFIC AND INTERMOUNTAIN REGION IDIQ MULTI-DISCIPLINARY AE DESIGN SERVICES
    Interior, Department Of The
    The Department of the Interior, through the National Park Service (NPS), is seeking qualified architect-engineer firms to provide multi-disciplinary design services under a Multiple Award Indefinite Delivery, Indefinite Quantity (IDIQ) contract for the Pacific and Intermountain Regions. The procurement aims to gather market interest and qualifications from both large and small businesses for various architectural and engineering services, including historic structure preservation, accessibility upgrades, and infrastructure improvements. This initiative is crucial for maintaining and enhancing the NPS's facilities and services, ensuring compliance with federal standards and improving visitor experiences. Interested firms must demonstrate their capabilities and comply with federal subcontracting limitations, with responses due by January 16, 2026, at 2:00 PM Mountain Time. For further inquiries, contact Edwin Berry at edwinberry@contractor.nps.gov or call 303-969-2288.
    ID FS NEZPR117 221(1), National Forest Service System Road 221 Rehabilitation
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Highway Administration, is preparing to solicit bids for the rehabilitation of National Forest Service System Road 221 (ID FS NEZPR117 221(1)) located in Idaho County, Idaho. This project encompasses a comprehensive 29.7-mile rehabilitation effort, which includes pavement preservation, repair, subexcavation, and drainage improvements, with a tentative completion date set for Fall 2026. The estimated contract value ranges from $10 million to $20 million, and proposals will be accepted from a select group of six prime contractors as part of a Multiple Award Task Order Contract (MATOC) for the region. Interested vendors can obtain further details and preliminary plans by contacting the Contracts G. Office at wfl.contracts@dot.gov or by phone at 360-619-7520, with the solicitation expected to be released in Winter 2025/2026.
    Worldwide AE Design IDIQs- Selected for further Award Consideration
    State, Department Of
    The U.S. Department of State, through its Bureau of Global Acquisitions, is seeking qualified architectural and engineering firms to provide comprehensive services for various projects worldwide under the Worldwide AE Design IDIQs. The procurement aims to engage firms that can deliver essential architectural and engineering solutions, reflecting the importance of these services in supporting the Bureau of Overseas Building Operations' mission. A total of over 100 responses were received, and the selected firms for further consideration include notable names such as Berke Architects, Ennead Architects LLP, and SHoP Architects, among others. Interested parties can reach out to the AE Contracting Team at AE@state.gov, with the closing date for submissions having been March 26, 2024.
    WA ERFO NPS OLYM 2022-1(3), OLYMPIC NPS ERFO REPAIRS 2022 Road 107
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is seeking bids for the WA ERFO NPS OLYM 2022-1(3) project, which involves bank stabilization and road repairs on Upper Hoh Road in Jefferson County, Washington. The project encompasses approximately 0.12 miles of construction work, including the installation of riprap, engineered log jams with dolosse, and various erosion control measures to enhance environmental stability. This initiative is crucial for maintaining the integrity of the roadway and protecting the surrounding ecosystem, with an estimated contract value between $2,000,000 and $5,000,000. Interested contractors should prepare for a tentative solicitation release in Spring 2026 and can direct inquiries to the Contracts G. Office at wfl.contracts@dot.gov or by phone at 360-619-7520.
    OR FLAP CRGNSA MULT(2) & WA FLAP CRGNSA MULT(2), CRGNSA Sign Inventory, Maintenance, and Replacement Project & CRGNSA Sign Project
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is seeking qualified contractors for the OR FLAP CRGNSA MULT(2) and WA FLAP CRGNSA MULT(2) projects, which involve sign inventory, maintenance, and replacement within the Columbia River Gorge National Scenic Area in Oregon and Washington. The scope of work includes custom wood signing and guardrail installation across an 82-mile stretch, with key tasks such as construction survey, quality control, and traffic control measures. This project is crucial for enhancing roadway safety and compliance with federal standards in scenic regions, ensuring that motorists receive appropriate guidance. The estimated contract value ranges from $700,000 to $2,000,000, with a tentative completion date set for Summer 2026. Interested vendors can contact the Contracts G. Office at wfl.contracts@dot.gov or 360-619-7520 for further inquiries and are encouraged to monitor SAM.gov for solicitation updates expected in Winter 2025/2026.
    ID FLAP BONNER 841(1), Trestle Creek Road, MP 100 to 103.7
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is seeking contractors for the ID FLAP BONNER 841(1) project, which involves roadway improvements on Trestle Creek Road, located approximately 13 miles east of Sandpoint, Idaho. The project encompasses a 3.75-mile stretch and includes tasks such as placing riprap, roadway aggregate, and asphalt concrete pavement, along with drainage enhancements and stream bank restoration to create an all-weather, single-lane road with turnouts for year-round access to the Kaniksu National Forest. The estimated contract value ranges between $5 million and $10 million, with solicitation anticipated in Fall 2025 and a completion target set for Fall/Winter 2026. Interested vendors can contact the Contracts G. Office at wfl.contracts@dot.gov or by phone at 360-619-7520 for further details.
    WA ERFO NPS MORA 2022-1(1), Mount Rainier ERFO Repairs 2022
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Highway Administration, is seeking qualified contractors for the Mount Rainier ERFO Repairs 2022 project, located approximately 31 miles southeast of Puyallup, Washington. The project involves essential infrastructure repairs including bank stabilization with rip rap revetment, grading, drainage, and paving over a length of 0.18 miles, with an estimated contract value between $700,000 and $2,000,000. This initiative is crucial for maintaining the integrity of roadways within the Mount Rainier National Park and surrounding areas, ensuring compliance with environmental protection standards. Interested vendors should note that this is a total small business set-aside opportunity, with a tentative solicitation date in Winter 2024/2025 and completion expected by Fall 2025; for further inquiries, contact the Contracts G. Office at wfl.contracts@dot.gov or call 360-619-7520.
    WA ERFO FS MTBKR605 2022-1(3), Mt. Baker – Forest Road 11 MP 23.9 Repair
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is seeking contractors for the emergency repair of Forest Road 11 at Mile Post 23.9 in the Mt. Baker-Snoqualmie National Forest, located in Whatcom County, Washington. The project involves critical roadway repairs, including subexcavation, aggregate surfacing, and the installation of root-wad/riprap embankments, aimed at addressing a significant roadway failure. This infrastructure repair is essential for maintaining safe access and environmental protection within federal lands. The estimated contract value ranges from $700,000 to $2,000,000, with a tentative solicitation date set for Winter/Spring 2025 and a completion deadline by Fall 2026. Interested parties can direct inquiries to the Contracts G. Office at wfl.contracts@dot.gov or by phone at 360-619-7520.
    WA FLAP LINCOL 57860(1), Hawk Creek Road Improvements & WA NPS LARO 208(1), Hawk Creek Road Stabilization
    Transportation, Department Of
    The U.S. Department of Transportation, through the Federal Highway Administration, is soliciting bids for the Hawk Creek Road Improvements and Stabilization project in Lincoln County, Washington. This total small business set-aside project involves road improvements and stabilization over a distance of 0.68 miles, with an estimated contract value between $5 million and $10 million. The project is critical for enhancing roadway safety and infrastructure within the Lake Roosevelt National Recreation Area, ensuring compliance with federal regulations, including environmental protections and construction standards. Bids must be submitted in printed form by the specified deadline, and interested parties can contact the Contracts G. Office at wfl.contracts@dot.gov or by phone at 360-619-7520 for further details.