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
  1. 1
    Posted Jan 2, 2025, 12:00 AM UTC
  2. 2
    Updated Jan 17, 2025, 12:00 AM UTC
  3. 3
    Due Jan 30, 2025, 3:00 PM UTC
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
Jan 17, 2025, 6:06 PM UTC
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.
Jan 17, 2025, 6:06 PM UTC
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.
Jan 17, 2025, 6:06 PM UTC
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
Special Notice
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.
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.
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.
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.
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.
MDA VBIV Ground Test Facility Infrastructure
Buyer not available
The Department of Defense, through the U.S. Army Engineer District Mobile, is seeking contractors for the MDA VBIV Ground Test Facility Infrastructure project. This procurement involves the construction of commercial and institutional buildings, specifically aimed at enhancing the infrastructure necessary for ground testing operations. The successful contractor will play a crucial role in supporting defense initiatives by providing essential facilities that contribute to military readiness and operational capabilities. Interested parties can reach out to Stephanie Scalise at stephanie.m.scalise@usace.army.mil or call 251-690-2478 for further details, while Jessica Raulerson is also available at jessica.raulerson@usace.army.mil or 251-690-2486 for additional inquiries.
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.
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.
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.
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.