ContractCombined Synopsis/Solicitation

SYNOPSIS: Unrestricted Military & Civil A-E Services MATOC

DEPT OF DEFENSE W9128F25RA029
Response Deadline
Aug 21, 2025
Deadline passed
Days Remaining
0
Closed
Set-Aside
Full & Open
Notice Type
Combined Synopsis/Solicitation

Contract Opportunity Analysis

The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Northwestern Division, is seeking qualified architect-engineer firms to provide a range of A-E services for Military and Civil projects. This procurement aims to establish five Indefinite Delivery Contracts (IDCs) with a total shared capacity of $200 million over a five-year performance period, focusing on studies, analysis, and design services. The selected firms will be responsible for delivering specialized services, including advanced modeling, sustainable design, and construction support, with task orders expected to range from $250,000 to $25 million. Interested parties must submit their qualifications, including SF 330 Parts I and II, by August 21, 2025, and can direct inquiries to Susan Prater at susan.prater@usace.army.mil or Tyler P. Hegge at tyler.hegge@usace.army.mil.

Classification Codes

NAICS Code
541330
Engineering Services
PSC Code
C219
ARCHITECT AND ENGINEERING- GENERAL: OTHER

Solicitation Documents

6 Files
DRAFT Synopsis UNR MIL CIV AE Services Matoc.pdf
PDF551 KBJun 13, 2025
AI Summary
The document outlines a Request for Proposals (RFP) for Architect-Engineer (A-E) services under an indefinite delivery contract initiated by the Omaha District of the U.S. Army Corps of Engineers (USACE). With a total budget of $200 million over five years, the RFP seeks to award five contracts to firms capable of providing a wide range of design and construction support services for military and civil projects within the Northwestern Division. Firms are invited to submit qualifications that emphasize specialized expertise, professional qualifications, past performance, capacity to manage multiple projects, and local knowledge. Key aspects include compliance with the Brooks A-E Act, advanced modeling techniques, sustainable design practices, and integration of antiterrorism measures for military projects. Proposals must include SF 330 forms detailing team qualifications, management plans, and past performance, with scores based on specific evaluation criteria. The government anticipates contract awards by February 2026. This RFP highlights the importance of collaboration, expertise, and compliance with regulatory standards in executing federal projects efficiently and effectively.
SAM.Gov_ Synopsis $200M UNR MIL CIV AE Services Matoc.pdf
PDF551 KBJul 30, 2025
AI Summary
The U.S. Army Corps of Engineers (USACE) is seeking proposals for indefinite delivery architect-engineer (A-E) services focused on studies, designs, and analysis for military and civil projects in the Northwestern Division. The contract, referencing W9128F25RA029, targets the award of up to five contracts, with a five-year term and a total shared capacity of $200 million. Task orders will range from $250,000 to $25 million, utilizing firm-fixed pricing. To qualify, firms must demonstrate specialized experience, professional qualifications, past performance, capacity, and local knowledge, with evaluations based on submitted examples of work completed within the last seven years. Key services include design and construction documentation, advanced modeling practices, and sustainable design approaches to meet environmental standards. Proposals must include SF 330 forms detailing staff expertise in various engineering disciplines, with a focus on advanced modeling, cost estimation, and sustainable practices. The anticipated contract award date is February 2026. Interested firms must register in the System for Award Management and submit their proposals by August 21, 2025. The selection process will emphasize collaboration with small business subcontractors and a strong past performance record in similar projects with DoD agencies.
PPQ Form.pdf
PDF194 KBJul 30, 2025
AI Summary
The NAVFAC/USACE Past Performance Questionnaire (Form PPQ-0) serves as a tool for contractors to report their project performance within federal requests for proposals (RFPs) and grants. The questionnaire requires contractors to provide detailed information about their firm, the project role (e.g., prime contractor or subcontractor), and contract specifics, including award dates and completion details. It also emphasizes the importance of client feedback on the contractor's performance in various areas such as quality, schedule adherence, customer satisfaction, management effectiveness, cost management, safety, and compliance. Clients are required to evaluate the contractor’s performance using an adjective rating scale ranging from 'Exceptional' to 'Unsatisfactory,' filling out specific evaluation criteria for insight into the contractor's reliability. There's also a provision for clients to comment on strengths or weaknesses observed during the project. This structure aims to ensure rigorous assessment of contractor performance to inform future contracting decisions, thereby supporting the federal government’s commitment to accountability and transparency in its contracting processes. The questionnaire’s design fosters direct communication between clients and contractors, ultimately enhancing project delivery outcomes.
AMD0001_ Synopsis 200M UNR Mil Civ AE W9128F25RA029.pdf
PDF261 KBAug 11, 2025
AI Summary
The U.S. Army Corps of Engineers (USACE) Northwestern Division (NWD) is seeking Architect-Engineer (A-E) services for studies, analysis, and design of Military and Civil projects. This unrestricted indefinite delivery contract aims to award five contracts, each with a five-year performance period and a shared capacity of $200,000,000. Task orders will range from $250,000 to $25,000,000. Services include design, construction support, master planning, and cost estimating using MII software and SpecsIntact. Firms must demonstrate specialized experience in areas like horizontal and vertical design, construction phase services, advanced modeling (BIM, CIM, GIS, CAD), sustainable design, and Anti-Terrorism/Force Protection (AT/FP). Selection criteria prioritize specialized experience, professional qualifications, past performance, capacity to handle multiple task orders, and knowledge of the NWD locality. Submissions require SF 330 Part I and Part II, with a 75-page limit for Part I, due by August 21, 2025, 2:00 PM Central time. Contractors must be registered in SAM.gov and address specific requirements for project examples, personnel qualifications, and management plans. Questions must be submitted via the ProjNet Bidder Inquiry Portal.
PPQ Form.pdf
PDF194 KBAug 11, 2025
AI Summary
The NAVFAC/USACE Past Performance Questionnaire (Form PPQ-0) is a critical document for evaluating contractor performance in federal government RFPs and grants. It collects comprehensive information on contractors and their projects, including firm details, contract specifics, and project descriptions. The form is structured for both contractors (Blocks 1-4) and clients (Blocks 5-8) to complete, with clients providing ratings on various performance aspects. Key evaluation areas include quality, schedule adherence, customer satisfaction, management/personnel, cost/financial management, and safety/security. The questionnaire uses a five-tier adjective rating system (Exceptional, Very Good, Satisfactory, Marginal, Unsatisfactory) with detailed definitions to ensure consistent and objective assessment. Clients are encouraged to submit the completed form directly to the offeror for inclusion in proposals, though direct submission to USACE is also an option. This form serves as a vital tool for assessing past performance risk and informing future government solicitations.
SAM.Gov_ Synopsis $200M UNR MIL CIV AE Services Matoc.pdf
PDF551 KBAug 11, 2025
AI Summary
The U.S. Army Corps of Engineers (USACE) is soliciting Architect-Engineer (A-E) services for studies, analysis, and design for Military and Civil projects within its Northwestern Division. The government plans to award approximately five Indefinite Delivery Contracts (IDCs) with a shared capacity of $200,000,000 over five years. Task orders will range from $250,000 to $25,000,000, with a $2,500 minimum guarantee. Services include various design and construction support for horizontal and vertical facilities, emphasizing advanced modeling (BIM, CIM, GIS, CAD), sustainable design, and Antiterrorism/Force Protection measures. Selection criteria prioritize specialized experience, professional qualifications, past performance, capacity, and knowledge of the locality. Secondary criteria include small business participation and volume of DoD contract awards. Submissions, due by August 21, 2025, must include SF 330 Parts I and II, adhere to page limits, and be submitted as a single PDF. All questions must be submitted via the ProjNet Bidder Inquiry Portal.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedApr 15, 2025
amendedAmendment #1Apr 15, 2025
amendedAmendment #2· Description UpdatedJul 30, 2025
amendedLatest Amendment· Description UpdatedAug 11, 2025
deadlineResponse DeadlineAug 21, 2025
expiryArchive DateSep 5, 2025

Agency Information

Department
DEPT OF DEFENSE
Sub-Tier
DEPT OF THE ARMY
Office
W071 ENDIST OMAHA

Point of Contact

Name
Susan Prater

Official Sources