Missile Defense INDEFINITE DELIVERY CONTRACT Gen 5
ID: PANHES-24-P-0000-000623Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW2V6 USA ENG SPT CTR HUNTSVILHUNTSVILLE, AL, 35806-0000, USA

NAICS

Engineering Services (541330)

PSC

ARCHITECT AND ENGINEERING- CONSTRUCTION: MISSILE SYSTEM FACILITIES (C1BF)
Timeline
    Description

    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE), is seeking qualified architect-engineer firms for an Indefinite Delivery Contract (IDC) to support the Missile Defense Program. The contract will encompass a range of architectural and engineering services, including facility design for mission-critical infrastructure such as radar buildings and command centers, with a total estimated value of $400 million over a seven-year period. This procurement is crucial for maintaining and enhancing the military's missile defense capabilities, ensuring compliance with safety and anti-terrorism measures while adhering to rigorous quality control standards. Interested firms are encouraged to respond to the special notice and participate in a pre-synopsis conference scheduled for February 19, 2025, with registration required by February 14, 2025. For further inquiries, contact Kijafa Johnson-Cooper at kijafa.t.johnson-cooper@usace.army.mil or Tamikah Dubose McWilliams at tamikah.mcwilliams@usace.army.mil.

    Files
    Title
    Posted
    The Statement of Work (SOW) outlines an Indefinite Delivery Contract (IDC) to provide comprehensive architectural and engineering (A&E) services for the U.S. Army’s Missile Defense Program. Focused on firm fixed-price task orders, the contract supports the Ballistic Missile Defense System and encompasses work across diverse locations including the U.S. and several international sites. The contractor is expected to provide expertise in facility design for mission-critical infrastructure, including radar buildings and command centers, while adhering to numerous design standards and regulations. Key services include economic analyses, site design, environmental documentation, and technical staffing for complex projects. Task orders will specify individual requirements and the contractor must respond promptly to government directives and maintain high-quality standards. The SOW emphasizes the need for adaptive facility designs due to rapid missile threats and mandates rigorous quality control and management processes. Additionally, contractors must ensure compliance with safety and anti-terrorism measures and report workforce data regularly. Overall, this document aims to secure expert A&E services to maintain and enhance the military’s missile defense capabilities effectively and safely.
    The "Past Performance Risk Assessment Questionnaire" is part of the Solicitation Number W912DY-23-R-0004, aimed at evaluating contractors for federal projects, specifically under the U.S. Army Corps of Engineers (USACE). The document requires contractors to furnish detailed project information, including their role, contract details, and project descriptions, which assess the complexity and relevance to the submission. Clients, on the other hand, need to provide feedback on the contractor’s performance through a rating system categorized from "Exceptional" to "Unsatisfactory," alongside questions on quality, timeliness, customer satisfaction, management effectiveness, cost management, safety measures, and overall compliance. Clients are encouraged to submit completed questionnaires directly to the Offeror or USACE for verification purposes. This rigorous feedback mechanism is designed to ensure contractors meet expected performance standards, fostering accountability and enhancing decision-making in contract awards. The questionnaire is a foundational element in ensuring that government contracts are awarded to capable contractors who can meet the demands of federal and state projects effectively.
    The U.S. Army Corps of Engineers (USACE), Engineering and Support Center, is hosting a pre-synopsis conference for the Missile Defense Architect-Engineer Indefinite Delivery Contract (IDC). This event, scheduled for February 19, 2025, from 1300 to 1500 CST at Redstone Arsenal, AL, aims to announce the anticipated awarding of the MD AE IDC with a total estimated value of $400 million for a 7-year period. Up to six contracts will be awarded to both small and other firms. Attendance is limited to four individuals per organization, with registration required by February 14, 2025. Unregistered attendees may join via MS Teams or phone. The conference will address logistical details about the IDC, and participants are encouraged to bring questions and indicate prior engagement with the program. This initiative represents the fifth generation of MD AE IDC and seeks to engage a diverse range of engineering firms for future missile defense projects.
    The document outlines a draft solicitation for an Indefinite Delivery Contract (IDC) to provide Architect-Engineering services supporting the U.S. Army Corps of Engineers' Missile Defense Program. This procurement, per U.S. regulations, aims to select firms based on technical competence and experience in missile systems facilities. The contract includes a 36-month base period with potential extensions. Firms must demonstrate capacity for multiple simultaneous task orders, provide detailed qualifications, and comply with security clearance requirements. The RFP invites both large and small businesses, highlighting a maximum contract value of $400 million. Key selection criteria emphasize specialized experience, professional qualifications, past performance, organizational capacity, and local knowledge. Additional evaluation will consider the volume of awarded DoD contracts as a tie-breaker. Proposals must adhere to submission guidelines, including the use of SF330 forms and specific documentation demonstrating past performance and capacity. This solicitation process reflects a commitment to ensuring high-quality design and engineering services in support of national defense initiatives, with stringent requirements to foster enhanced competition and accountability in contract awards.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Architect-Engineering (A-E) Geotechnical Related Services, Seattle District (NWS), U.S. Army Corps of Engineers (USACE)
    Buyer not available
    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.
    Notice for Architect and Engineering (A-E) Services to Support the U.S. Army Corps of Engineers (USACE) South Atlantic Division, Mobile District, Horizontal Design Program
    Buyer not available
    The U.S. Army Corps of Engineers (USACE) is soliciting architect-engineer (A-E) services to support the Mobile District's Horizontal Design Program, focusing on planning and design for horizontal construction projects. The procurement aims to enhance the Military Design and Construction Program, requiring services such as civil engineering design, environmental assessments, and construction document preparation. This opportunity is significant for firms specializing in engineering services, with a total capacity of $49 million over five years and a commitment to awarding at least three contracts to small businesses. Interested parties must submit their proposals electronically by February 14, 2025, and can contact Joyce Powell at joyce.f.powell@usace.army.mil or Kimberly Brackett at KIMBERLY.L.BRACKETT@USACE.ARMY.MIL for further information.
    Design Build Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC)
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers New England District, is seeking qualified small businesses for a Design Build Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) valued at up to $90 million. This contract will encompass design and construction services for various projects, including new construction, rehabilitation, and maintenance of both vertical and horizontal structures across the North Atlantic Division Area of Responsibility. Task orders are expected to range from $3 million to $10 million, with a contract ordering period of five years. Interested parties should note that this is a presolicitation notice, and the Request for Proposal (RFP) will be available in early February 2025; inquiries can be directed to Ann Murphy Adley at ann.m.adley@usace.army.mil or by phone at 978-318-8255.
    Sources Sought for Architect-Engineer Planning and Design Services for Civil Works Projects (U.S. Army Corps of Engineers, Kansas City and Omaha Districts)
    Buyer not available
    The U.S. Army Corps of Engineers (USACE) is seeking qualified architect-engineer firms to provide planning and design services for civil works projects within the Kansas City and Omaha Districts. The procurement aims to identify firms capable of delivering a wide range of civil works planning and design documents, including environmental studies and specifications, to support military installations and other projects. This opportunity is significant for firms specializing in engineering services, as it involves a Multiple-Award, Indefinite-Delivery Indefinite-Quantity (IDIQ) Task Order contract with a shared capacity limit of $95 million over a potential five-year period, extendable by two years. Interested firms must submit their capabilities packages by February 26, 2025, to the primary contact, Erick Ottoson, at erick.s.ottoson@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, 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 identify firms capable of providing a range of engineering services as outlined in the attached Sources Sought Notice. The selected firms will play a crucial role in supporting various civil works projects, which are essential for maintaining and improving infrastructure. Interested parties should reach out to Evan Cyran at evan.m.cyran@usace.army.mil or call 410-962-6037, or contact Leigha Arnold at leigha.m.arnold@usace.army.mil or 443-749-2022 for further details.
    Notice of Intent 2021 Unrestricted A/E Environmental Support Services IDIQ MATOC Capacity Increase
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is announcing its intent to award modifications against existing task orders under the 2021 Unrestricted Architect/Engineer (A/E) Environmental Support Services Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contracts (MATOC). The procurement aims to secure environmental support services, including design, studies, surveys, sampling, testing, and permit procurement, to assist in various environmental matters related to hazardous, toxic, and radiological sites, while ensuring compliance with federal, state, and local regulations. This initiative is crucial for maintaining environmental safety and compliance across multiple programs, including the Formerly Used Defense Sites and the Department of Defense Restoration Program. Interested firms must submit their responses, including company details and capability evidence, to the primary contact, Alexa Dukes, at alexa.l.dukes@usace.army.mil by February 14 at 1:00 PM Eastern Time.
    AE SBSA MATOC General Design Architect Engineering Services
    Buyer not available
    The Department of Defense, specifically the Department of the Army through the W074 Endist Savannah office, is seeking qualified small business firms to provide General Design Architect Engineering Services under the AE SBSA MATOC contract. The objective of this procurement is to secure professional engineering services that will support various projects, ensuring compliance with architectural and engineering standards. These services are crucial for the effective planning and execution of military construction projects, contributing to the overall mission readiness of the armed forces. Interested firms must submit their proposals by the extended deadline of February 13, 2025, and can direct inquiries to Jeremiah Scheil at jeremiah.j.scheil@usace.army.mil or Patrick Dennis at Patrick.J.Dennis@usace.army.mil for further information.
    INDEFINITE DELIVERY/INDEFINITE QUANTITY (IDIQ) CONTRACT FOR HISTORICAL SENSITIVE PROJECTS ARCHITECT AND ENGINEER (A&E) SERVICES IN SUPPORT OF PROJECTS PRIMARILY AT NAVFAC MIDLANT, NORTH AREA OF RESPONSIBILITY (AOR)
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC), is soliciting proposals for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract to provide Architect and Engineer (A&E) services for Historically Sensitive Projects primarily within the North Area of Responsibility (AOR). This contract, valued at a maximum of $60 million over five years, aims to support military facilities, including notable installations such as the Portsmouth Naval Shipyard and the Philadelphia Navy Yard, emphasizing the preservation of historical sites through specialized engineering and architectural services. Interested firms must demonstrate relevant experience in historic building renovations and facility planning, with submissions due by February 14, 2025, at 2:00 PM EST. For further inquiries, potential bidders can contact Erik Cole at erik.w.cole2.civ@us.navy.mil or John Bishop at john.p.bishop23.civ@us.navy.mil.
    N4008425R0060 / INDEFINITE-DELIVERY INDEFINITE-QUANTITY ARCHITECT-ENGINEER SERVICES FOR MECHANICAL ENGINEERING, DESIGN, SPECIFICATION WRITING, COST ESTIMATING, AND RELATED SERVICES WITHIN JAPAN
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC) Far East, is seeking qualified architect-engineer firms to provide Indefinite Delivery Indefinite Quantity (IDIQ) services for mechanical engineering projects in Japan. The contract, valued at up to $49 million over five years, will encompass a range of services including design and specification writing, cost estimating, and post-construction award services for various projects, all in compliance with U.S. and Japanese laws. Interested firms must demonstrate specialized experience in areas such as HVAC systems and fire protection, and submit their qualifications via the Standard Form SF 330 by the specified deadlines. For inquiries, firms can contact Luz Baron at luz.m.baron.civ@us.navy.mil or Kyong Yu at kyong.h.yu2.civ@us.navy.mil.
    Missile Defense Agency (MDA) Capabilities in response to Executive Order "The Iron Dome for America"
    Buyer not available
    The Missile Defense Agency (MDA) of the Department of Defense is conducting market research to identify innovative missile defense technologies in response to the Executive Order "The Iron Dome for America." The MDA seeks proposals that detail capabilities for detecting and countering threats from ballistic, hypersonic, and cruise missiles, with a focus on system-level, component-level, and upgrade solutions. This initiative is crucial for enhancing national defense capabilities against advanced aerial attacks and involves collaboration with businesses, research centers, and academia. Interested parties should submit their responses by February 28, 2025, and can contact Melody Thurmond at Melody.Thurmond@mda.mil or Jim Weinberger at james.weinberger@mda.mil for further information.