Architect and Engineering (A-E) Services Indefinite Delivery Contract (IDC) for Value Engineering (VE) Services, Southwestern Division (SWD), SB (Small Business) Set Aside
ID: W9126G25R0129Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW076 ENDIST FT WORTHFORT WORTH, TX, 76102-6124, USA

NAICS

Engineering Services (541330)

PSC

ARCHITECT AND ENGINEERING- GENERAL: OTHER (C219)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Mar 20, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 3, 2025, 12:00 AM UTC
  3. 3
    Due Apr 18, 2025, 7:00 PM UTC
Description

The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking small business firms to provide Architect-Engineer (A-E) services under an Indefinite Delivery Contract (IDC) focused on Value Engineering (VE) for the Southwestern Division (SWD). The contract will consist of a one-year base ordering period with four additional one-year option periods, allowing for a total task order value not to exceed $9.5 million. The selected firms will conduct VE studies and workshops aimed at optimizing project components for cost-effectiveness and sustainability, adhering to standards set by the Society of American Value Engineers. Interested parties must submit their qualifications using the SF 330 form electronically via the DoD SAFE website by the specified deadline, with inquiries directed to Ms. Daina Black at daina.r.black@usace.army.mil or Mr. Clarence Banks at clarence.v.banks@usace.army.mil.

Files
Title
Posted
Apr 3, 2025, 2:05 PM UTC
The document outlines a solicitation for an Indefinite Delivery Contract (IDC) specifically for small businesses to provide Architect-Engineer (A-E) services supporting Value Engineering (VE) for the Southwestern Division (SWD). The IDC comprises a one-year base ordering period and four one-year option periods, with a total task order limit of $9.5 million. Eligibility requires firms to be registered with the System for Award Management (SAM). The services will include conducting VE studies and workshops in line with standards set by the Society of American Value Engineers and will aim to optimize project components for cost and sustainability. Offerors must have a team of certified specialists, including 3 Certified Value Specialists, registered engineers across various disciplines, and experienced cost estimators. Selection criteria prioritize the expertise in VE studies, professional qualifications, past performance, and capacity to manage concurrent workshops, alongside knowledge of local regulatory requirements. Submissions must follow specific guidelines using the SF 330 form, with a focus on clarity and structured information about team composition and experience. The call to action includes electronic submission of proposals by a set deadline through the DoD SAFE website, reinforcing the importance of adherence to the provided directives for evaluation consideration.
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.
INDEFINITE DELIVERY/INDEFINITE QUANTITY CONTRACT FOR ARCHITECT-ENGINEER SERVICES FOR UTILITY ENGINEERING, UTILITY INFRASTRUCTURE MANAGEMENT, UTILITY OPERATION AND MAINTENANCE, AND UTILITY MANAGEMENT SERVICES WORLDWIDE
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Systems Command Atlantic (NAVFACSYSCOM ATLANTIC), is seeking qualified architect-engineer firms for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract focused on utility engineering, infrastructure management, operation and maintenance, and management services worldwide. The contract aims to provide essential services related to utility systems, including electricity, water, wastewater, and natural gas, with a total potential fee of $80 million and a guaranteed minimum of $10,000 over a one-year base period plus four optional years starting in February 2026. Interested firms must demonstrate their qualifications through a completed SF 330 form, highlighting their specialized experience and commitment to small business subcontracting, with final submissions due by May 16, 2025. For further inquiries, potential bidders can contact Jamie Oyelowo at jamie.l.oyelowo.civ@us.navy.mil or Edward Flint at edward.d.flint.civ@us.navy.mil.
A/E SERVICES FOR GEOTECHNICAL ENGINEERING AND RELATED SERVICES
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers (USACE) New England District, is seeking qualified architect-engineer firms to provide geotechnical engineering and related services under an Indefinite Delivery/Indefinite Quantity (IDIQ) contract. The procurement aims to secure architectural-engineering services primarily within the New England District, covering states such as Maine, New Hampshire, Vermont, Massachusetts, Connecticut, and Rhode Island. These services are crucial for various engineering projects that require specialized geotechnical expertise to ensure safety and compliance with federal standards. Interested firms should note that proposal submissions must adhere to specific guidelines outlined in recent amendments, including the requirement for SF330 forms and the exclusion of cost submittals in initial proposals. For further inquiries, potential bidders can contact Ann Adley at ann.m.adley@usace.army.mil or call 978-318-8255.
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.
INDEFINITE DELIVERY/INDEFINITE QUANTITY CONTRACT FOR ARCHITECT-ENGINEER SERVICES FOR ARCHITECTURAL PROJECTS AT VARIOUS LOCATIONS UNDER THE COGNIZANCE OF NAVAL FACILITIES ENGINEERING SYSTEMS COMMAND, PACIFIC
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Command, Pacific, is seeking qualified architect-engineer firms for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract focused on architectural projects at various locations. The contract aims to provide multi-discipline architect-engineer services, with a total maximum fee of $249 million over a base period of one year and four optional years, emphasizing the importance of sustainable design practices and small business participation. Interested firms must submit an SF 330 form by June 3, 2025, and will be evaluated based on their specialized experience, qualifications of key personnel, and past performance, with a guaranteed minimum fee of $10,000. For further inquiries, interested parties can contact Wanda L. Okemura at wanda.okemura@navy.mil or Erik Torngren at erik.s.torngren.civ@us.navy.mil.
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.
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.
Indefinite Delivery Contract for Multi-Discipline Miscellaneous Civil Works and Other Architect and Engineering (A-E) Services Within the Boundaries of the Jacksonville District
Buyer not available
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.
C1DA--Engineering Services MATOC IDIQ Request for SF330s
Buyer not available
The Department of Veterans Affairs is seeking qualified engineering firms to provide services under a Multiple Award Task Order Contract (MATOC) Indefinite Delivery Indefinite Quantity (IDIQ) agreement for facilities in Alaska, Idaho, Oregon, and Washington. This procurement, with an estimated shared capacity of $65 million over five years, is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and aims to streamline service provision for various engineering disciplines, including architecture and environmental engineering. Interested firms must submit their qualifications using the Standard Form (SF) 330 by April 22, 2025, and are required to comply with specific submission guidelines, including certifications related to subcontracting limitations. For further inquiries, interested parties may contact the contracting team, with key contacts being Wendy Duval at wendy.duval@va.gov and Helen Woods at helen.woods@va.gov.
VA CFM Healthcare A-E IDIQ -- C219
Buyer not available
The Department of Veterans Affairs (VA) is seeking qualifications from Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) for an Architect-Engineering (A-E) services contract through a Multiple Award Task Order Contract (MATOC) valued at $790 million. The procurement aims to support various projects related to the Veterans Health Administration (VHA) across VA medical facilities, encompassing a wide range of tasks such as design development, feasibility studies, and construction management, all while ensuring compliance with industry standards and regulations. This initiative reflects the VA's commitment to enhancing healthcare infrastructure for veterans and engaging veteran-owned businesses in critical service improvements. Interested firms must submit their qualifications using the Standard Form (SF) 330 by June 2, 2025, and can direct inquiries to Contracting Officer Andrew Page at andrew.page@va.gov.