The U.S. Army Corps of Engineers (USACE) is seeking Architect-Engineer (A-E) services for dam and levee safety projects within the United States and its territories, as well as disaster recovery efforts. This five-year, Firm Fixed Price, Multiple Award Task Order Contract (MATOC) has a total capacity of $75,000,000, with individual task orders ranging from $10,000 to $7,500,000. Approximately nine firms (five unrestricted and four small businesses) will be selected. Key services include dam and levee safety engineering, risk analysis, technical reviews, and technical support. Selection criteria prioritize specialized experience in high-hazard potential dam and levee projects, professional qualifications of key personnel (Levels 1, 2, 2R, 3, and 3R), firm capacity to manage $5,000,000 annually, past performance, geographic knowledge, and quality management systems. Secondary criteria include small business participation and equitable distribution of DoD contracts. Proposals must be submitted electronically via DOD SAFE, adhering to strict page limits and formatting guidelines, including SF330 sections with detailed project examples, resumes, and a Design Quality Management Plan.
The U.S. Army Corps of Engineers (USACE) is soliciting Architect-Engineer (A-E) services for a five-year, Firm-Fixed Price Multiple Award Task Order Contract (MATOC) with a total capacity of $75,000,000. This contract will support the USACE Risk Management Center (RMC), Headquarters USACE, Dam Safety Modification Center (DSMC), and Levee Safety Center (LSC) for dam and levee safety projects within the United States and its territories. Nine firms (five unrestricted and four small businesses) are targeted for selection. Services include dam and levee safety engineering, risk analysis, technical reviews (Safety Assurance, Quality Control, Agency Technical), and technical support activities. Evaluation criteria prioritize specialized experience in dam and levee safety and quantitative risk analysis, professional qualifications of key personnel (Levels 1, 2, 2R, 3, 3R), firm capacity to handle $5,000,000 annually, past performance, geographic knowledge, and quality management systems. Secondary criteria include small business participation and equitable distribution of DoD contracts. Proposals must be submitted electronically via DOD SAFE in a specific format and adhere to page limits.
The U.S. Army Corps of Engineers (USACE) Louisville District issued a synopsis for an Architect-Engineer (A-E) Services Multiple Award Task Order Contract (MATOC) to support dam and levee safety missions nationwide. This five-year, $75,000,000 contract seeks multidisciplinary A-E services, including dam and levee safety engineering, risk analysis, technical reviews, and program support. The USACE plans to select nine firms (five unrestricted and four small businesses), with task orders ranging from $10,000 to $7,500,000. Selection criteria prioritize specialized experience, professional qualifications of key personnel (Levels 1, 2, 2R, 3, and 3R), firm capacity, past performance (via CPARS and PPQs), geographic knowledge, and quality management systems. Small business participation and equitable distribution of DoD contracts are secondary criteria. Proposals must be submitted electronically via DOD SAFE, adhering to strict formatting and page limits.
The U.S. Army Corps of Engineers (USACE) is seeking Architect/Engineer (A-E) services for a $75 million, five-year indefinite-delivery/indefinite-quantity (IDIQ) contract to support dam and levee safety missions nationwide. This solicitation, Amendment 0003 to W912QR25R0023, is open to all businesses, with a target of nine firms (five unrestricted, four small businesses) to be selected. Services will include multidisciplinary dam and levee safety engineering and design, risk analysis, technical reviews, and technical support. Task orders will range from $10,000 to $7,500,000, awarded as firm-fixed-price. Selection criteria prioritize specialized experience in large, high-hazard dam and levee projects, professional qualifications of key personnel, capacity, past performance, geographic knowledge, and quality management systems. Proposals must adhere to strict formatting and submission guidelines via DOD SAFE, including SF330 forms and detailed narratives on experience, personnel, and quality control.
This document outlines a U.S. Army Corps of Engineers (USACE) solicitation for Architect-Engineer (A-E) services to support the Risk Management Center and other national centers, focusing on dam and levee safety projects across the United States. The contract, valued at $75,000,000 over five years, will result in the selection of a target of nine firms (five unrestricted, four small businesses) through Firm-Fixed Price Task Orders ranging from $10,000 to $7,500,000. Services required include dam and levee safety engineering, risk analysis, technical reviews (including Safety Assurance Reviews, Quality Control and Consistency Reviews, and Agency Technical Reviews), and technical support activities. Selection criteria prioritize specialized experience and technical competence in these areas, professional qualifications of key personnel (Levels 1, 2, 2R, 3, and 3R), firm capacity, past performance, geographic knowledge, and quality management systems. Secondary criteria include small business participation and equitable distribution of DoD contracts. Proposals must adhere to strict formatting and submission guidelines via DOD SAFE, including specific page limits for various sections of the SF330 form. Firms must be registered in the System for Award Management (SAM).
The U.S. Army Corps of Engineers (USACE) is seeking Architect/Engineer (A-E) services for a $75 million, five-year indefinite delivery, indefinite quantity (IDIQ) contract to support dam and levee safety missions and disaster recovery efforts across the United States. This contract, open to all businesses regardless of size, will result in the selection of approximately nine firms (five unrestricted, four small businesses) for firm-fixed-price task orders ranging from $10,000 to $7,500,000. Services required include dam and levee safety engineering and design, risk analysis, technical reviews (Safety Assurance Reviews, Quality Control and Consistency Reviews, Agency Technical Reviews), and technical support activities (project management, technical writing, training). Selection criteria prioritize specialized experience, professional qualifications, capacity, past performance, geographic knowledge, and quality management systems. Proposals must be submitted electronically via the Procurement Integrated Enterprise Environment (PIEE) and adhere to strict formatting and content guidelines, including detailed SF330 forms and project examples from the last ten years.
The U.S. Army Corps of Engineers is seeking proposals for Architect/Engineer (A-E) services through a Multi-Agency Task Order Contract (MATOC) valued at $75 million over five years. This initiative focuses on supporting the Corps’ Risk Management Center and managing dam and levee safety projects throughout the U.S. and its territories. A pool of nine firms will be selected, comprising five unrestricted and four small businesses. Key selection criteria include specialized experience in dam and levee safety engineering, professional qualifications, capacity to accomplish work, past performance, geographic knowledge, and quality management systems. Task orders will range from $10,000 to $7.5 million, emphasizing multidisciplinary approach for various engineering needs such as geotechnical, hydraulic, and risk analysis services. Proposals must adhere to strict guidelines and submitted electronically, ensuring compliance with federal procurement processes. This effort underlines the Corps' commitment to enhancing national safety and infrastructure resilience.
The document outlines a Request for Proposals (RFP) for Architect-Engineer (A-E) Services related to dam and levee safety managed by the U.S. Army Corps of Engineers (USACE). The contract aims to procure multidisciplinary services, including engineering, risk analysis, and technical reviews, for projects across the United States and its territories, valued at approximately $75 million over five years. The RFP seeks to select nine firms (five unrestricted and four small businesses) based on criteria such as specialized experience, technical competence, capacity, and past performance. Task orders may vary in value and will be awarded on a firm-fixed-price basis.
Firms must demonstrate their qualifications by submitting detailed information about their staff's experience, organizational structure, and management capabilities. The selection criteria emphasize past performance on similar projects, geographic knowledge, and quality management systems. Proposals must be submitted electronically with specific formatting guidelines, emphasizing the need for clarity and adherence to requirements. The RFP also includes various amendments and instructions for submission through the DOD SAFE platform, with strict deadlines. This initiative underscores USACE's commitment to ensuring safety in critical infrastructure through competitive procurement processes.
The U.S. Army Corps of Engineers seeks proposals for Architect-Engineer (A-E) services through a Multi-Award Task Order Contract (MATOC) valued at $75 million over five years. This contract aims to support the Risk Management Center in delivering dam and levee safety engineering services across the U.S. and its territories. The contract will select nine firms—five unrestricted and four small businesses—based on several evaluation criteria, including specialized experience, professional qualifications, capacity, and past performance. Firms must demonstrate expertise in areas such as geotechnical, hydraulic, and structural engineering, alongside risk analysis and technical review services. Task orders, ranging from $10,000 to $7.5 million, will be issued for projects involving dam inspections, feasibility studies, and safety evaluations. Submissions require detailed proposals including SF 330 forms outlining organizational structure, team qualifications, and quality management systems. The estimated start date for contracts is December 2025, with performance evaluations conducted after task order completion. Compliance with safety and quality assurance procedures is paramount. This initiative emphasizes not only the achievement of technical objectives but also equitable participation from small businesses to foster diversity within government contracting.
The U.S. Army Corps of Engineers (USACE) is issuing a Request for Proposals (RFP) for architect-engineer (A-E) services supporting its Risk Management Center. This initiative focuses on dam and levee safety engineering and related projects throughout the U.S. and its territories, with a contract value of $75 million over five years. The government aims to select nine firms—five unrestricted and four small businesses—based on key selection criteria including specialized experience, professional qualifications, capacity, past performance, geographic knowledge, and quality management systems. Selected firms will provide multidisciplinary services, including engineering design, risk analysis, technical reviews, and other specialized support for dam and levee safety initiatives. Task orders will range from $10,000 to $7.5 million, with a target start date in December 2025. The document outlines submission requirements and emphasizes the need for a robust Design Quality Management Plan. The initiative underscores the importance of maintaining public safety and structural integrity in infrastructure projects.
The document outlines the Amendment 0003 for the Risk Management Center Architect-Engineer Services Multiple Award Task Order Contract (MATOC) by the U.S. Army Corps of Engineers. It seeks to procure multidisciplinary architect-engineer services focused on dam and levee safety. This federally funded initiative is open to all businesses, with a budget of $75 million over five years. The goal is to enhance the U.S. Army Corps of Engineers' capacity in dam and levee safety engineering, risk analysis, and technical reviews while supporting disaster recovery efforts.
The selection process will incorporate specialized experience, professional qualifications, capacity, past performance, geographic knowledge, and quality management systems, targeting nine firms: five unrestricted and four small businesses. Task orders will range from $10,000 to $7.5 million, with performance evaluations for contracts valued over $35,000.
Key services include engineering and design, risk analysis, technical reviews, and various technical support activities related to dam and levee safety. Teams will be evaluated on their understanding of the requirements, capabilities of their personnel, and past performance in similar projects. Also, a robust quality management and small business participation plan is mandated. Interested firms must submit their proposals electronically, adhering to strict formatting and content guidelines.
The U.S. Army Corps of Engineers (USACE) announces the Risk Management Center A-E Services Multiple Award Task Order Contract (MATOC) through Solicitation Number W912QR25R0023. This contract aims to procure architect-engineer services focused on dam and levee safety across the U.S. and its territories, valued at $75 million over five years. Five unrestricted firms and four small businesses will be selected based on qualifications, experience, and capacity for multidisciplinary tasks, with orders ranging from $10,000 to $7.5 million.
Key services include dam and levee safety engineering, risk analysis, technical reviews, and project management. Selection criteria emphasize specialized experience, professional qualifications, capacity, past performance, geographic knowledge, and quality management systems. Advanced qualifications are sought from personnel within key disciplines, emphasizing significant experience with high-hazard dams and levees.
The proposal's structure necessitates electronic submission via the Procurement Integrated Enterprise Environment (PIEE) and detailed compliance with the SF330 form. Emphasis on small business participation and equitable distribution of awards aligns with government contracting objectives, ensuring diverse firm engagement. The anticipated start date for awarded task orders is December 2025, with evaluations of offeror performance during and post-contract completion. Overall, this MATOC initiative aims to fortify national infrastructure resilience against disasters while adhering to federal regulations and standards.