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
    Civil Works Multi-Discipline Architect/Engineer (A/E) Multiple Award Task Order Contract (MATOC)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army through the W2SD Endist Baltimore office, is seeking qualified architect-engineer firms for a Civil Works Multi-Discipline Architect/Engineer (A/E) Multiple Award Task Order Contract (MATOC). This procurement is focused on engineering services, excluding projects for vertical construction facilities, and is set aside for small businesses under the SBA guidelines. The anticipated solicitation issuance date is December 20, 2025, with additional time allocated for proposal submissions due to the holiday season. Interested firms can reach out to Evan Cyran at evan.m.cyran@usace.army.mil or 410-962-6037, or Sherry Rhoden at sherry.s.rhoden@usace.army.mil or 443-890-3871 for further information.
    Pre-notice of forth coming solicitation
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is preparing to solicit bids for the construction of a non-standard, mission-specific Guided Missile Radar Antenna Maintenance Facility at Letterkenny Army Depot, Pennsylvania. This facility, approximately 4,928 square feet, will include an anechoic chamber, administrative and support spaces, and various systems such as fire protection, intrusion detection, and sustainable design features. The project is significant for enhancing military capabilities and ensuring compliance with Department of Defense standards, with an estimated contract value between $5 million and $10 million. Interested contractors should note that the solicitation is anticipated to be released on July 21, 2025, and can contact Tonja Dreke at tonja.j.dreke@usace.army.mil or Jeffrey Johnson at jeffrey.c.johnson@usace.army.mil for further information.
    A-E Civil Planning and Design Services - Multiple-Award Task Order Contract - Unrestricted with Small Business Reserve (Kansas City District)
    Dept Of Defense
    The U.S. Army Corps of Engineers, Kansas City District, is soliciting qualified architect-engineer firms for a Multiple Award Task Order Contract (MATOC) focused on civil planning and design services. This unrestricted contract, which includes a small business reserve, aims to provide essential A-E services for various projects, including flood risk management, water supply, environmental infrastructure, and ecosystem restoration, across the Northwestern Division Area of Responsibility. The total contract capacity is $95 million, with seven awards anticipated, four of which are designated for small businesses. Interested firms must submit their qualifications via the PIEE Solicitation Module by January 15, 2026, and should ensure they are registered in SAM.gov and compliant with relevant regulations. For further inquiries, contact Erick Ottoson at erick.s.ottoson@usace.army.mil or Laura Hedrick at laura.l.hedrick@usace.army.mil.
    A-E Master Planning Services IDC
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE) - Tulsa District is seeking qualified architect-engineer firms to provide Master Planning Services through a competitive Firm-Fixed-Price Indefinite Delivery Contract (IDC). The procurement aims to solicit professional, multi-discipline A-E services primarily within military and civil boundaries across Texas, Oklahoma, Louisiana, Arkansas, and southern Kansas, in accordance with relevant regulations and acquisition instructions. These services are crucial for effective regional planning and environmental management, ensuring that the USACE can meet its operational needs. Interested firms, particularly those classified as Small Business, Section 8(a), HUBZone, Service-Disabled Veteran-Owned Small Business (SDVOSB), or Woman-Owned Small Business (WOSB), are encouraged to express their interest and capabilities by contacting Thomas Howard at thomas.howard@usace.army.mil or by phone at 918-669-4389.
    Engineering Services for Specialized Antennas, Towers, Hangars, and Communication Facilities, Worldwide
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering and Expeditionary Warfare Center (NAVFAC EXWC), is seeking qualified architect-engineer firms to provide engineering services for specialized antennas, towers, hangars, and communication facilities worldwide. This procurement involves an Indefinite Delivery/Indefinite Quantity (IDIQ) contract aimed at supporting various specialized Department of Defense facility projects, emphasizing the critical nature of these services for military operations. Interested small businesses are encouraged to participate, as this opportunity is set aside for total small business participation under FAR 19.5. For further details, including solicitation documents, interested parties should contact Jonathan Demorest at jonathan.p.demorest.civ@us.navy.mil or Anthony Gonzales at anthony.j.gonzales104.civ@us.navy.mil, with the solicitation available through the PIEE Solicitation Module on SAM.gov.
    INDEFINITE DELIVERY INDEFINITE QUANTITY CONTRACT FOR ARCHITECT-ENGINEER SERVICES FOR VARIOUS CIVIL PROJECTS AND OTHER PROJECTS UNDER THE COGNIZANCE OF NAVAL FACILITIES ENGINEERING SYSTEMS COMMAND, PACIFIC
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command, Pacific, is seeking qualified architect-engineer firms to provide a range of services for various civil projects under an Indefinite Delivery Indefinite Quantity (IDIQ) contract. This contract, valued at up to $200 million over a one-year base period with four option years, will encompass services such as site development, Military Construction documentation, design-build and design-bid-build documents, technical surveys, cost estimates, and post-construction award services. The procurement is unrestricted under NAICS Code 541330, and firms will be evaluated based on criteria including specialized experience, key personnel qualifications, past performance, and commitment to small business. Interested parties must submit a completed Standard Form SF 330 by January 8, 2026, at 2:00 p.m. Hawaii Standard Time, and can contact Shaun Bissen at shaun.m.bissen.civ@us.navy.mil or Ann Saki-Eli at ann.h.sakieli.civ@us.navy.mil for further information.
    Sources Sought Notice MFAES Korean Firms
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Huntsville Engineering and Support Center, is conducting market research to identify qualified Korean architect-engineer (A-E) firms capable of providing a range of services for medical facilities. The procurement aims to support the design, technical assistance, engineering surveys, facility planning, and construction phase services for medical and dental clinics, hospitals, and laboratories, primarily for the USACE Medical Center of Expertise & Standardization (MCX) and the Defense Health Agency (DHA). This opportunity is significant as it addresses the critical need for high-quality medical facility design and support services, with potential work extending to other overseas locations such as Belgium, Germany, the UK, Italy, and Japan. Interested firms must submit their qualifications and a detailed capabilities questionnaire by January 26, 2026, at 12:00 P.M. Central Time, and can contact Eddie Williams or Johnna Sebben for further information.
    Architectural & Engineering Services in Support of Real Property Planning, Programming & Management Support IV (Korean Firms Only)
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking responses from qualified Korean architect-engineer firms for Architectural & Engineering Services in support of Real Property Planning, Programming, and Management Support IV. The procurement aims to identify firms capable of providing a range of services, including facility assessment, master planning, economic analysis, and real property support for various U.S. military installations in the Republic of Korea, while explicitly excluding full design and construction services beyond 35% completion. Interested firms must be registered in the System for Award Management (SAM) and are required to submit their qualifications and responses to a Capabilities Questionnaire via email by 12:00 P.M. Central Time on December 19, 2025. For further inquiries, firms may contact Jasmine Kennedy at jasmine.m.kennedy@usace.army.mil or Lashonda Smith at lashonda.c.smith@usace.army.mil.
    INDEFINITE DELIVERY/INDEFINITE QUANTITY CONTRACT FOR ARCHITECT-ENGINEER SERVICES FOR DESIGN, ENGINEERING, SPECIFICATION WRITING, COST ESTIMATING, AND RELATED SERVICES FOR MILCON AND OTHER PROJECTS AT VARIOUS LOCATIONS UNDER THE COGNIZANCE OF NAVFAC HAWAII
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC) Hawaii, is soliciting proposals for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract for multi-discipline architect-engineer services. This procurement aims to engage highly qualified firms to provide design, engineering, specification writing, cost estimating, and related services for Military Construction (MILCON) and other projects, primarily in Hawaii but potentially worldwide. The contract encompasses a base period of one year, with four additional one-year options and a six-month extension, totaling a maximum fee of $200,000,000. Interested firms must submit their qualifications using Standard Form SF330 by December 17, 2025, and are encouraged to review the attached documents for detailed requirements and evaluation criteria, including specialized experience and commitment to small business participation. For further inquiries, contact Brittney Lazo at brittney.a.lazo.civ@us.navy.mil or Kris Nakashima-Wong at kris.e.nakashima-wong.civ@us.navy.mil.
    Notification to the public of consolidation of contract requirements
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, Mobile District, is initiating a procurement for an Indefinite Delivery Indefinite Quantity (IDIQ) Single Award Task Order Contract (SATOC) valued at $4.5 million for general repair and construction services at the Engineer Research and Development Center (ERDC) in Vicksburg, Mississippi. This contract aims to consolidate multiple discrete site requirements into a single procurement to enhance operational efficiency, streamline acquisition processes, and ensure timely completion of critical repair and construction tasks, particularly as the fiscal year concludes. The consolidation is aligned with the Small Business Administration’s 8(a) Business Development Program, supporting small business participation while providing flexibility and cost efficiency. Interested parties can contact Kenneth Harlan at kenneth.p.harlan@usace.army.mil for further details.