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
    Notice for Architect and Engineering (A-E) Services to Support Planning, Design and Construction for the USACE South Atlantic Division, Mobile District, Military Design and Construction Program
    Buyer not available
    The Department of Defense, through the U.S. Army Engineer District Mobile, is seeking qualified architect-engineer firms to provide planning, design, and construction support for the Military Design and Construction Program within the South Atlantic Division. The procurement aims to secure engineering services that will facilitate the successful execution of military construction projects, which are critical for maintaining and enhancing military infrastructure. Interested firms should note that the primary contact for this opportunity is Joyce Powell, who can be reached at joyce.f.powell@usace.army.mil or by phone at 251-694-3606, while Kyle Rodgers serves as the secondary contact at KYLE.M.RODGERS@USACE.ARMY.MIL or 251-690-3356. Further details regarding submission deadlines and evaluation criteria will be provided in the solicitation documents.
    Architect-Engineer (A-E) Environmental Services Indefinite Delivery Contract (IDC)
    Buyer not available
    The Department of Defense, specifically the Department of the Army through the W076 Endist Tulsa office, is seeking qualified architect-engineer firms for an Indefinite Delivery Contract (IDC) focused on environmental services. The procurement aims to secure engineering services under NAICS code 541330, which encompasses a range of environmental assessments and related activities essential for military operations and infrastructure. These services are critical for ensuring compliance with environmental regulations and supporting sustainable practices within defense projects. Interested firms should contact Joshua Hope at JOSHUA.D.HOPE@USACE.ARMY.MIL or Robert Reed at robert.e.reed@usace.army.mil for further details regarding the submission of qualifications and any upcoming deadlines.
    Civil Works Multi-Discipline Architect/Engineer (A/E) Multiple Award Task Order Contract (MATOC)
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, 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 provide a range of engineering services, including design and consultation for various civil works projects, which are critical for infrastructure development and maintenance. Interested firms are encouraged to demonstrate their qualifications and past performance, as these will be key factors in the selection process. For further inquiries, potential applicants can contact Evan Cyran at evan.m.cyran@usace.army.mil or by phone at 410-962-6037, or Leigha Arnold at leigha.m.arnold@usace.army.mil or 443-749-2022.
    ARCHITECTURAL-ENGINEERING (A-E) SERVICES FOR GEOTECHNICAL ENGINEERING AND RELATED SERVICES FOR VARIOUS LOCATIONS WITHIN THE U.S. ARMY CORPS OF ENGINEERS (USACE) NORTH ATLANTIC DIVISION BOUNDARIES (BUT PRIMARILY IN THE NEW ENGLAND DISTRICT (NAE))
    Buyer not available
    The U.S. Army Corps of Engineers (USACE) is seeking qualified architect-engineering firms to provide geotechnical engineering services under an Indefinite Delivery/Indefinite Quantity (IDIQ) contract, primarily within the New England District, which includes Maine, New Hampshire, Vermont, Massachusetts, Connecticut, and Rhode Island. The contract, valued at up to $10 million over five years, will encompass subsurface exploration, geophysical surveys, geotechnical analyses, and construction oversight, with firms required to demonstrate their ability to manage multiple concurrent task orders and execute approximately $2 million per year. This procurement is crucial for ensuring quality and efficiency in infrastructure projects, emphasizing the importance of local expertise and past performance in the selection process. Interested firms must submit their proposals, including Parts I and II of the SF 330, by April 30, 2025, and can direct inquiries to Ann Murphy Adley at ann.m.adley@usace.army.mil or by phone at 978-318-8255.
    Notice for Architect and Engineering (A-E) Services to Support the U.S. Army Corps of Engineers (USACE) South Atlantic Division, Mobile District, Civil Works Program
    Buyer not available
    The U.S. Army Corps of Engineers (USACE) is seeking qualified architect-engineer firms to provide services in support of the South Atlantic Division, Mobile District, Civil Works Program. The procurement aims to secure engineering services under NAICS code 541330, specifically focusing on general architectural and engineering tasks, including landscaping and interior layout design. These services are crucial for the effective planning and execution of civil works projects that support the Army's infrastructure and environmental initiatives. Interested firms should contact Joyce Powell at joyce.f.powell@usace.army.mil or 251-694-3606, or Kimberly Brackett at KIMBERLY.L.BRACKETT@USACE.ARMY.MIL or 251-441-5170 for further details regarding the solicitation process.
    Architect-Engineer (AE) Vertical Design Multiple Award Task Order Contract (MATOC) - USACE SWL
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is seeking qualified architect-engineer firms for a Multiple Award Task Order Contract (MATOC) focused on vertical design services in Little Rock, Arkansas. This initiative aims to identify firms capable of providing various design services for military and civilian projects from fiscal years 2027 through 2032, emphasizing the Design-Bid-Build (DBB) process while also allowing for additional services such as horizontal design and construction phase support. The government encourages participation from small and diverse businesses, including those classified under 8(a), HUBZone, WOSB, and SDVOSB, to foster competition and inclusivity in procurement. Interested firms must submit their qualifications, previous project experience, and applicable NAICS codes by March 28, 2025, via email to the primary contact, Telia Mahomes, at telia.r.mahomes@usace.army.mil.
    Architect-Engineering General Services Italy, Military Construction
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking qualified architect-engineering firms to provide general engineering services for military construction projects in Italy. The procurement aims to secure professional services that encompass a range of engineering tasks necessary for the successful execution of military infrastructure projects. These services are critical for maintaining and enhancing military readiness and operational capabilities in the region. Interested firms should contact Melodie Clare at melodie.e.clare@usace.army.mil or Ryan Fernandez at RYANDALE.R.FERNANDEZ@USACE.ARMY.MIL for further details, as the opportunity is categorized under NAICS code 541330 and PSC code C219, with specific submission deadlines to be announced.
    Architect Engineer Support to Mobile District Planning and Environmental Division
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Mobile District, is seeking qualified small businesses to provide Architect-Engineer (AE) services for the Planning and Environmental Division. The procurement aims to establish an Indefinite Delivery/Indefinite Quantity (IDIQ) contract for services that include the preparation of master plans for military and civil facilities, with a focus on NEPA compliance, biological evaluations, and public involvement coordination. This opportunity is crucial for ensuring effective planning and environmental management in military operations, and interested firms must demonstrate relevant experience and capabilities, particularly in Military Master Planning. Submissions are due by March 17, 2025, and must be sent via email to the designated contacts, Jeffrey Donaldson and Elizabeth Trimble, for further inquiries.
    Indefinite-Delivery Architect-Engineer Services Contract (Electrical) Not-To-Exceed $9.9M for the Design of Miscellaneous Projects in the USACE Honolulu District Area of Responsibility
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Honolulu District, is seeking qualified architect-engineer firms to provide indefinite-delivery services for electrical design projects within its area of responsibility. The contract, valued at not-to-exceed $9.9 million, aims to support various miscellaneous projects that require specialized electrical engineering services. This opportunity is crucial for maintaining and enhancing the electrical infrastructure in the region, ensuring compliance with safety and operational standards. Interested firms should contact Brett Watanabe at brett.j.watanabe@usace.army.mil or 808-835-4045, or Colin Waki at colin.k.waki@usace.army.mil or 808-835-4393 for further details.
    Indefinite Delivery Architect-Engineer Services Contract (Geotechnical Engineering, Engineering Geology, Topographic Survey, Orthophotography, Cadastral Mapping, and Land Parcel Mapping) NTE $9.9M for the Design of Misc Projects in the USACE POH AOR
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Honolulu District, is seeking qualified architect-engineer firms to provide indefinite delivery services for geotechnical engineering, engineering geology, topographic survey, orthophotography, cadastral mapping, and land parcel mapping. The objective of this procurement is to support the design of various projects within the USACE Pacific Ocean Division's area of responsibility, ensuring accurate and reliable data for project planning and execution. These services are critical for infrastructure development and environmental assessments, contributing to the effective management of land and resources in the region. The total estimated contract value is not to exceed $9.9 million, and interested firms, particularly small businesses, are encouraged to contact Jenna Lum at jenna.k.lum@usace.army.mil or Colin Waki at colin.k.waki@usace.army.mil for further details.