Pre Solicitation Notice Synopsis for RMC AE Services MATOC.
ID: W912QR25R0023Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW072 ENDIST LOUISVILLELOUISVILLE, KY, 40202-2230, USA

NAICS

Engineering Services (541330)

PSC

ARCHITECT AND ENGINEERING- GENERAL: OTHER (C219)
Timeline
    Description

    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is seeking qualified architect-engineer firms to provide services under a five-year, $75 million Multiple Award Task Order Contract (MATOC) focused on dam and levee safety projects across the United States. The contract aims to support the Risk Management Center and other national centers by requiring services such as dam and levee safety engineering, risk analysis, technical reviews, and project management. This procurement is crucial for ensuring the safety and reliability of critical infrastructure, particularly in disaster recovery efforts. Interested firms must submit proposals electronically via DOD SAFE, adhering to strict formatting guidelines, with a target selection of approximately nine firms (five unrestricted and four small businesses) anticipated. For further inquiries, contact Jennifer King at jennifer.l.king2@usace.army.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    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.
    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 obtaining engineering services, and interested firms are required to submit their qualifications via SF 330 forms, as this is not a request for price proposals. The contract is set aside for total small business participation, emphasizing the importance of engaging small businesses in federal contracting opportunities. Interested parties should direct their inquiries to Evan Cyran at evan.m.cyran@usace.army.mil or Sherry Rhoden at sherry.s.rhoden@usace.army.mil, with the understanding that all submissions must meet the outlined requirements prior to the submission deadline.
    FY26 DESIGN-BUILD/DESIGN-BID-BUILD (DB/DBB) GENERAL CONSTRUCTION WEST MULTIPLE AWARD TASK ORDER CONTRACT (MATOC)
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers Charleston District, is soliciting proposals for a Design-Build/Design-Bid-Build (DB/DBB) General Construction Multiple Award Task Order Contract (MATOC) with a total small business set-aside. This contract, valued at up to $99 million, aims to provide indefinite delivery and indefinite quantity (IDIQ) services for general construction projects west of the Mississippi River, with task orders ranging from the simplified acquisition threshold to $25 million. The MATOC will have a performance period of three years, with an option for an additional two years and a six-month extension, emphasizing the importance of these construction services for various district programs. Interested small businesses must submit their proposals electronically via the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module by the specified deadline, and must be registered in the System for Award Management (SAM) at the time of submission. For further inquiries, contact Michael Stiltner at michael.s.stiltner@usace.army.mil or call 843-329-8045.
    Small Business Construction MATOC
    Dept Of Defense
    The U.S. Army Corps of Engineers, New England District, is soliciting proposals for a Small Business Construction Multiple Award Task Order Contract (MATOC) valued at $90 million, aimed at providing construction services across its Area of Responsibility. This Indefinite Delivery/Indefinite Quantity (IDIQ) contract will support military and interagency projects, including sustainment, restoration, modernization, and new construction, with task orders ranging from $500,000 to $10 million. The MATOC is critical for ensuring timely execution of construction needs in a climate of uncertain funding and compressed timelines, while also promoting competition among small businesses. Interested parties can contact Elizabeth Glasgow at elizabeth.k.glasgow@usace.army.mil or Erin Bradley at Erin.E.Bradley@usace.army.mil for further information, with the contract ordering period set for five years.
    Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) for Design-Build and Construction Projects related to General Construction within the Boundaries of the U.S. Army Corps of Engineers (USACE), Jacksonville District
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Jacksonville District, is conducting a Sources Sought Notice for an Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) focused on design-build and construction projects related to general construction primarily in Florida. This procurement aims to assess the interest and capabilities of the construction community, including small businesses, to ensure adequate competition for various construction requirements, including new construction, demolition, renovation, and repair projects supporting military and interagency stakeholders. The MATOC will cover a five-year period with a total estimated value of up to $15 million for task orders, with individual task orders expected to range from $10,000 to $80 million. Interested firms must submit their responses by January 9, 2025, to the designated contacts, Ireishal Adams and William Wallace, via email.
    AE Environmental SB MATOC
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is conducting a market survey to identify small business concerns for the AE Environmental SB MATOC project, which focuses on environmental engineering services. The procurement aims to establish an Indefinite Delivery, Indefinite Quantity (IDIQ) contract with a five-year duration and an estimated capacity of $40 million, addressing a variety of hazardous, toxic, and radiological sites while ensuring compliance with relevant federal, state, and local regulations. Interested small businesses, including those certified as HUBZone, 8A, Woman-Owned, or Service-Disabled Veteran Owned, must submit their qualifications and relevant project experience by January 14, 2026, at 2:00 PM (EST) to Henry Caldera at henry.c.caldera@usace.army.mil.
    Small Business Construction MATOC
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) New England District, is soliciting proposals for a Small Business Construction Multiple Task Order Contract (MATOC). This procurement aims to engage small businesses in the construction of various commercial and institutional buildings, emphasizing the importance of fostering small business participation in federal contracting. Interested contractors should note that this opportunity is set aside exclusively for small businesses, and they can reach out to Elizabeth Glasgow at elizabeth.k.glasgow@usace.army.mil or Erin Bradley at erin.e.bradley@usace.army.mil for further details. The contract will be executed within the North Atlantic Division Area of Responsibility, and potential bidders are encouraged to prepare their submissions in accordance with the guidelines provided in the solicitation.
    FY26 Environmental Remediation MATOC
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, Europe District, is seeking qualified firms to participate in a Sources Sought notice for the FY26 Environmental Remediation Multiple Award Task Order Contract (MATOC) in Germany and BENELUX. The objective of this procurement is to gather market research and identify firms capable of providing comprehensive environmental surveillance and remediation services, including surveys, assessments, cleanup, and other mitigation services at Department of Defense facilities. This contract, valued at approximately $45 million over a five-year base period, is crucial for maintaining environmental safety and compliance in overseas military installations. Interested firms should submit their letters of interest and relevant qualifications to Sterling Alphonse at sterling.j.alphonse@usace.army.mil or Robert Corkrum at robert.e.corkrum@usace.army.mil, ensuring responses do not exceed five pages and include specific information about their capabilities and past performance.
    Construction Management Services, U.S. Army Corps of Engineers, New Orleans District, Indefinite Delivery Indefinite Quantity (IDIQ)
    Dept Of Defense
    The U.S. Army Corps of Engineers, New Orleans District, is seeking proposals for Construction Management Services under an Indefinite Delivery Indefinite Quantity (IDIQ) contract, specifically set aside for small businesses. The procurement aims to fulfill a variety of construction management and quality assurance activities, including flood fight inspections and related services, to support the district's fluctuating needs in accordance with government plans and regulations. This contract, with a ceiling of $20 million over five years and a minimum guarantee of $10,000, emphasizes the importance of providing skilled personnel such as Project Engineers and Quality Assurance Managers, while adhering to specific testing standards and insurance requirements. Interested parties can contact Evan Woitha at evan.g.woitha@usace.army.mil or Karen D. Hargrave at karen.d.hargrave@usace.army.mil for further details.
    $450Million A-E Master Planning Services IDC
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) - Tulsa District, is seeking qualified architect-engineer firms to provide Master Planning Services under a $450 million Indefinite Delivery Contract (IDC). The procurement aims to solicit professional, multi-discipline A-E services primarily within the military and civil boundaries of Texas, Oklahoma, Louisiana, Arkansas, and southern Kansas, in accordance with relevant regulations and guidelines. These services are crucial for effective military and civil planning, ensuring that the USACE can meet its operational and environmental objectives. Interested firms, particularly those classified as small businesses, Section 8(a), HUBZone, Service-Disabled Veteran-Owned Small Business (SDVOSB), or Woman-Owned Small Business (WOSB), are encouraged to respond by the extended deadline of January 16, 2026, and can contact Thomas Howard at thomas.howard@usace.army.mil or 918-669-4389 for further information.
    $90M Indefinite Delivery Indefinite Quantity (IDIQ), Sustainment Restoration and Modernization (SRM) Construction, Multiple Award Task Order Contract (MATOC)
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, Philadelphia District, is issuing a solicitation for a $90 million Indefinite Delivery Indefinite Quantity (IDIQ) contract focused on Sustainment Restoration and Modernization (SRM) construction projects. This Multiple Award Task Order Contract (MATOC) is exclusively set aside for small businesses and aims to support both Design-Build (DB) and Design-Bid-Build (DBB) construction efforts within the Philadelphia District and the North Atlantic Division's Areas of Responsibility. The scope encompasses a wide range of construction activities, including renovation, new construction, and minor repairs, with a focus on various construction disciplines such as mechanical, electrical, and HVAC systems. Interested small business contractors must submit their Phase 1 proposals by February 2, 2026, at 5 PM EST, and can contact Tiffany Chisholm at tiffany.z.chisholm@usace.army.mil or 215-656-6761 for further information.