Architect-Engineering (A-E) Geotechnical Related Services, Seattle District (NWS), U.S. Army Corps of Engineers (USACE)
ID: W912DW-25-SS-11TPType: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW071 ENDIST SEATTLESEATTLE, WA, 98134-2329, USA

NAICS

Engineering Services (541330)
Timeline
  1. 1
    Posted Jan 13, 2025, 12:00 AM UTC
  2. 2
    Updated Jan 22, 2025, 12:00 AM UTC
  3. 3
    Due Feb 12, 2025, 6:00 PM UTC
Description

The U.S. Army Corps of Engineers (USACE) Seattle District is seeking qualified architect-engineering firms to provide geotechnical related services for large-scale civil works projects, including dams and levees, as well as complex military and interagency projects. The procurement aims to establish an Indefinite Delivery Contract (IDC) under PL 92-582 and FAR Part 36, focusing on specialized geotechnical, seismic, and investigative expertise. This contract is crucial for supporting various Department of Defense and USACE projects requiring detailed geotechnical investigations and analyses. Interested firms must submit their capabilities statements to Kyla Couch at kyla.m.couch@usace.army.mil by the specified deadline, with an estimated contract value of approximately $10 million and a performance period expected to commence in October 2025.

Point(s) of Contact
Files
No associated files provided.
Lifecycle
Similar Opportunities
Sources Sought for Architect-Engineer Design Services for Civil Works Projects (U.S. Army Corps of Engineers, Kansas City District)
Buyer not available
The U.S. Army Corps of Engineers (USACE), Kansas City District, is seeking qualified architect-engineer firms to provide civil works design services for various projects, including military installations and hazardous waste missions. The procurement aims to establish a Multiple-Award, Indefinite-Delivery Indefinite-Quantity (IDIQ) Task Order contract, with a total capacity limit of $95 million, to support a range of civil design services such as flood risk management, eco-restoration, and engineering support. Interested firms are encouraged to submit a capabilities package by May 7, 2025, to Contract Specialist Erick Ottoson at erick.s.ottoson@usace.army.mil, with a copy to Contracting Officer Laura Hedrick at laura.l.hedrick@usace.army.mil, as this notice serves as a market survey and is not a request for proposals.
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.
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.
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.
Army PFAS Response and Sampling Tool, Seattle District (NWS), U.S. Army Corps of Engineers (USACE)
Buyer not available
The U.S. Army Corps of Engineers (USACE) is seeking information from qualified firms regarding their capabilities to provide remediation services related to Per- and Polyfluoroalkyl Substances (PFAS) in the Seattle District. The anticipated procurement will involve an Indefinite Delivery Indefinite Quantity (IDIQ) contract, with a total capacity of $85 million over a five-year period, focusing on off-post PFAS response actions, including sampling and clean drinking water solutions at multiple Army installations. This opportunity is crucial for addressing environmental concerns and ensuring public health safety in relation to PFAS contamination. Interested firms must submit their responses by 2:00 PM Pacific Daylight Time on May 5, 2025, to Russ Armstrong at russell.j.armstrong@usace.army.mil, and are encouraged to demonstrate relevant experience and capabilities in their submissions.
Indefinite Delivery Indefinite Quantity (IDIQ) Civil Works Design and Survey and Photogrammetric Mapping
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Albuquerque District, is seeking qualified architect-engineer firms for an Indefinite Delivery Indefinite Quantity (IDIQ) contract focused on civil works design, surveying, and photogrammetric mapping services. This contract aims to support flood control and erosion protection projects within the Albuquerque District, which encompasses areas in Southern Colorado, New Mexico, and Southwest Texas, with potential work extending beyond these regions. The anticipated contract value is up to $49.9 million, with individual task orders ranging from $20,000 to $500,000, and interested firms must respond to this sources sought notice by May 16, 2025, to express their capabilities and qualifications. For further inquiries, firms can contact Robert J. McPherren at robert.j.mcpherren@usace.army.mil or by phone at 505-342-3455.
W912BV24R0003
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE), is seeking to award a $5 million Single Award Task Order Contract (SATOC) for architect-engineering services focused on hydrologic and hydraulic engineering, modeling, and updates to water control manuals. This contract is crucial for supporting the Tulsa District's civil works missions, ensuring compliance with environmental regulations, and managing flood risks effectively. The necessity for these services is heightened by the potential risks to public safety and infrastructure integrity, particularly as only two firms were found to be highly qualified after market research indicated insufficient responses from a previous small business set-aside solicitation. Interested parties can reach out to Tyler Godwin at tyler.l.godwin@usace.army.mil or Shawn Brady at shawn.brady@usace.army.mil for further information.
Brandon Road Interbasin Project A-E Design Services Single Award IDIQ
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers, Rock Island District, is seeking qualified architect-engineer firms for the Brandon Road Interbasin Project, which involves a Single Award Indefinite Delivery/Indefinite Quantity (IDIQ) contract for design and engineering services. The primary objective of this procurement is to provide comprehensive services for a complex ecosystem restoration project aimed at preventing the movement of invasive species into the Great Lakes, utilizing innovative deterrent technologies and ensuring compliance with federal regulations. The contract, valued at a maximum of $85 million, spans five years with potential extensions and requires firms to demonstrate their qualifications, experience, and capacity to deliver high-quality engineering services. Interested parties must submit their qualifications by 2:00 p.m. Central Time on May 29, 2025, and can direct inquiries to Samantha Johanson or Brunson Grothus via their provided email addresses.
USACE SPK DB/DBB Construction MATOC, for Sacramento Corps of Engineers district.
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Sacramento District, is conducting a Sources Sought Notice to gauge interest and capabilities for a Multiple Award Task Order Contract (MATOC) focused on design-bid-build and design-build construction projects. The anticipated MATOC will support a variety of construction needs, including the development of commercial and institutional buildings, with a total capacity of $499 million over five years, addressing projects such as office buildings, barracks, and data centers. This procurement is crucial for ensuring adequate competition among small businesses, including those in various socioeconomic categories, as the government seeks to understand market capabilities and potential sources for upcoming construction contracts. Interested contractors are encouraged to submit capability statements by May 12, 2025, to the primary contact, Melita Doyle, at melita.s.doyle@usace.army.mil.
Amendment 0003 to Architect-Engineer (A-E) Services for Hazardous, Toxic, Radioactive Waste (HTRW) Support, Seattle District (NWS)
Buyer not available
The Department of Defense, specifically the Department of the Army through the Seattle District (NWS), is seeking qualified architect-engineer firms to provide Hazardous, Toxic, and Radioactive Waste (HTRW) support services. This procurement aims to address the need for comprehensive engineering services related to HTRW management, ensuring compliance with environmental regulations and safety standards. The selected firm will play a crucial role in the assessment, design, and implementation of solutions for hazardous waste issues, which are vital for maintaining public health and environmental integrity. Interested parties can reach out to Russell Armstrong at russell.j.armstrong@usace.army.mil or 425-923-8716, or Curt Stepp at curt.stepp@usace.army.mil or 206-764-6805 for further information regarding this opportunity.