C--Architect and Engineering (A&E) Indefinite Deliver
ID: 140R1024R0012Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF RECLAMATIONPACIFIC NW REGION PN 6615BOISE, ID, 83706, USA

NAICS

Engineering Services (541330)

PSC

ARCHITECT AND ENGINEERING- GENERAL: OTHER (C219)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The U.S. Department of the Interior, Bureau of Reclamation, is seeking qualifications from small businesses for an Indefinite Delivery, Indefinite Quantity (IDIQ) contract for Architectural and Engineering (A&E) services valued at up to $16 million over five years. The contract will support complex projects across Idaho, Oregon, Montana, Washington, and Wyoming, requiring expertise in various engineering disciplines, including architecture, hydropower, civil, mechanical, and electrical engineering. This initiative is crucial for enhancing the management and development of water resources and infrastructure projects, ensuring compliance with environmental standards. Interested firms must submit their qualifications using the SF-330 form by September 20, 2024, and can direct inquiries to Lance Fleming at lfleming@usbr.gov or by phone at 208-378-5338.

    Point(s) of Contact
    Files
    Title
    Posted
    The Past Performance Questionnaire (PPQ-1) serves as a critical tool in assessing the past performance of contractors for an Indefinite Delivery, Indefinite Quantity (IDIQ) Architectural and Engineering contract. Offerors must distribute the questionnaire to at least three previous clients, prioritizing Federal Government clients, then State and Local Government, and private entities if necessary. The evaluation focuses on contracts completed within the last three years. Evaluators are instructed to provide detailed feedback, especially for ratings of Unsatisfactory, Marginal, or Satisfactory, with a space for comments included in each section of the questionnaire. Responses should reflect both personal experience and insights from other team members familiar with the contractor’s performance. Completed questionnaires must be sent directly to the U.S. Bureau of Reclamation, ensuring confidentiality from the proposal submission process. This evaluation of past performance is vital for determining the best value for the government in contract awards. Overall, the document underscores the importance of past performance evaluations in the broader framework of federal RFP processes, focusing on quality and accountability in contractor selection.
    The document lists potential respondents for government Requests for Proposals (RFPs) and grants involving engineering, architecture, and construction services. It includes a diverse array of companies and organizations across various states, such as San Andres Real Estate Group in California and Jacobs Engineering Group in Idaho. The intent is to gather a range of qualified firms capable of addressing specific project needs aligned with federal and local government standards. Each listed entity possesses distinct expertise, indicating a broad solicitation for professional services in infrastructure and design projects. This collection serves to facilitate the selection process for project leads, enhancing collaboration between government agencies and qualified contractors. Overall, the document underscores the government's push to engage specialized service providers to support its development initiatives.
    The United States Department of the Interior, Bureau of Reclamation, has issued a request for qualifications for Architectural and Engineering (A-E) services under an Indefinite Delivery, Indefinite Quantity (IDIQ) contract for the Columbia-Pacific Northwest Interior Region-9. The Q&A document addresses various inquiries regarding the solicitation, stating that no separate unrestricted IDIQ will be issued and that multiple awards are anticipated, but no specific number is defined. The primary focus areas include small-scale industrial water treatment designs and large-scale hydropower project designs. Key personnel must hold relevant licenses in the states where the work will occur, and while there is no limit on the number of projects that can be included in the submission, firms must ensure engineers and surveyors meet state licensing requirements. Furthermore, firms should utilize the SF330 form's prescribed font size, with guidance provided for submitting additional project information when exceeding typical limitations. This solicitation emphasizes a commitment to involving qualified small businesses in government projects while maintaining regulatory compliance and quality standards.
    The United States Department of the Interior's Bureau of Reclamation has released a Q&A document regarding the Request for Qualifications for Architectural and Engineering (A-E) Indefinite Delivery, Indefinite Quantity (IDIQ) services for the Columbia-Pacific Northwest Interior Region-9. The Bureau clarifies they will not issue a separate solicitation for unrestricted IDIQs and plans to select multiple contractors, but retains the option for a single award if deemed beneficial. Specific efforts are anticipated in small-scale industrial water treatment design and large-scale hydropower project designs. Key personnel must be licensed in the states where they work, and there is no limit to the number of projects that can be included in Section F of the proposals. Incumbent firms and submissions for a previous sources sought opportunity are acknowledged, and a preferred past performance questionnaire form is included as an attachment. Overall, this document outlines the expectations and requirements for potential bidders aiming to provide these engineering services.
    The U.S. Department of the Interior, Bureau of Reclamation, has issued a series of Questions and Answers regarding the Request for Qualifications (RFQ) for Architectural and Engineering (A-E) services under an Indefinite Delivery, Indefinite Quantity (IDIQ) contract for the Columbia-Pacific Northwest region. The Bureau confirms it will not issue additional unrestricted solicitations for similar services. The expected work mainly includes small-scale industrial water treatment and large-scale hydropower project designs. Reclamation will select multiple contractors but may decide to award a single contract depending on its needs. Key personnel must be licensed in the states where work is performed, with the Technical Lead needing specific state licenses. The RFQ allows submission of more than ten Section F projects, and while individual proof of licenses for engineering staff is required, the Project Manager does not need licensure. The document serves to clarify bidding processes, licensure requirements, and project expectations for potential contractors, reflecting the Bureau's commitment to transparency and compliance within government contracting frameworks.
    The U.S. Bureau of Reclamation, Columbia-Pacific Northwest Regional Office, is seeking qualifications from small businesses for Architectural and Engineering (A&E) services through an Indefinite Delivery, Indefinite Quantity (IDIQ) contract valued up to $16 million over five years. This contract aims to support complex projects in Idaho, Oregon, Montana, and Washington, requiring expertise in various engineering disciplines including architecture, hydropower, civil, mechanical, and electrical engineering. Contractors must submit qualifications via the SF-330 form by September 9, 2024. The evaluation will focus on professional qualifications, specialized experience, capacity to accomplish the work, and past performance in relevant projects, prioritizing vendors familiar with local geography and regulatory standards. Selected bidders will undergo negotiations for contract pricing under government guidelines. The successful contract(s) aim to enhance the management and development of water resources, infrastructure, and environmental compliance projects, ensuring the Bureau's mission of effective resource stewardship.
    The U.S. Bureau of Reclamation is seeking qualifications for one or more Indefinite Delivery, Indefinite Quantity (IDIQ) contracts for architectural and engineering (A&E) services in Idaho, Oregon, Montana, Washington, and Wyoming. The contracts, valued at up to $16 million over five years, will involve firm-fixed price task orders, though the government may consider other pricing options as necessary. To participate, firms must qualify as small businesses according to the applicable NAICS code (541330) with a revenue cap of $25.5 million over three years. The selection process will focus on highly qualified firms, following specific guidelines under the Brooks A-E Act. A variety of specialized engineering services—covering architecture, hydropower, civil, mechanical, and electrical engineering—will be required for complex multi-year projects. Each task order will detail the specific requirements and expectations for the contracted services, emphasizing expertise and the ability to handle concurrent tasks effectively. This initiative aims to enhance the agency's project support capabilities while reinforcing its commitment to employing small businesses in government contracting.
    The ID/IQ Contract for Architect and Engineering (A&E) Services delineates the terms for contractors under Solicitation No. 140R1024R0012 for the Columbia-Pacific Northwest Regional Office in Boise, ID. It establishes a fully loaded hourly rate structure, encompassing all direct and indirect costs. Five ordering periods are included to account for cost of living adjustments. Task Orders (TOs) will be negotiated as firm-fixed price agreements, with travel expenses reimbursed based on actual costs without markup. The contract specifies a minimum order of $20,000 and a maximum order of $16,000,000, demonstrating the defined scope of work. Issuance procedures for TOs include contractor review of the draft Statement of Work (SOW), followed by a Request for Pricing to be submitted based on finalized project details. The contractor must justify labor categories and costs, including market research for any required equipment or materials. The procurement process is designed to ensure fair pricing and thorough evaluations, adhering to federal regulations for A&E services, underscoring the government's commitment to provide quality services while maintaining fiscal responsibility.
    The Architect-Engineer Qualifications (SF 330) form is used by federal agencies to assess the qualifications of architect-engineer (A-E) firms for potential contracts. The selection process is mandated by federal law, requiring public announcements for A-E services and evaluating at least three highly qualified firms based on college degrees, professional registrations, certifications, experience, and performance evaluations. The form consists of two main parts: Part I focuses on contract-specific qualifications, including contact details, proposed team composition, resumes of key personnel, and examples of relevant projects. Part II details the general qualifications of the firm or branch office, encompassing established year, ownership type, unique entity identifier, workforce distribution by discipline, and average annual revenue from the past five years. Agencies may impose additional requirements and firms are encouraged to keep their information up to date within agency files. This process ensures fair competition and transparency in securing government contracts for A-E services, ultimately aiming to enhance the quality and efficiency of public infrastructure projects.
    This government document amends a Request for Qualifications (RFQ) for architect and engineering services under an Indefinite Delivery, Indefinite Quantity (IDIQ) contract managed by the Bureau of Reclamation's Pacific Northwest Region. It provides essential updates, including answers to previously submitted questions, modifications to the maximum order limitation per task order from $15 million to $16 million, and a corresponding increase in the overall IDIQ contract maximum. Additionally, the amendment outlines the need for a Past Performance Questionnaire (PPQ) for offeror qualification submissions and a list of sources sought respondents for interested A&E offerors. The amendment emphasizes that acknowledgment of its receipt is mandatory for the submission of qualifications. The effective contract performance period is designated from October 1, 2024, to September 30, 2029. The document highlights the procedural requirements for offer submissions and clarifies that all other terms and conditions remain unchanged. This amendment aims to facilitate clarity and adaptability in the solicitation process, ensuring regulatory compliance and enhancing engagement from prospective bidders in federal projects.
    This document is an amendment to a solicitation concerning the procurement of Architect and Engineering (A&E) services for an Indefinite Delivery, Indefinite Quantity (IDIQ) contract managed by the Bureau of Reclamation for the Pacific Northwest Region. The primary purpose of this amendment is to extend the deadline for submitting qualifications from 1400 MT on September 9, 2024, to 1000 MT on September 20, 2024. Offerors must acknowledge receipt of this amendment using specified methods, which include acknowledging on submitted copies or through separate communication referencing the solicitation and amendment numbers. Furthermore, the period of performance for the contract is set from October 1, 2024, to September 30, 2029, ensuring all other terms and conditions remain unchanged. This document emphasizes compliance with procedural requirements for government proposals and outlines the importance of timely acknowledgment in the qualification submission process.
    The document outlines an amendment to a solicitation for architect-engineer services under the Bureau of Reclamation, specifically for an Indefinite Delivery, Indefinite Quantity (IDIQ) contract. The amendment extends the Questions and Answers period until September 6, 2024, and outlines procedures for acknowledging the amendment, including necessary communication methods. It mandates that offers must acknowledge receipt of the amendment before the designated deadline to avoid rejection. Questions regarding the solicitation will be accepted only via email directed to specified contacts. The period of performance for the contract is set from October 1, 2024, to September 30, 2029, with all other terms and conditions remaining unchanged. This document serves to ensure clarity and adherence to procedural standards within federal contracting, reinforcing the importance of deadlines and communication protocols in the procurement process.
    This document is an amendment to a Request for Qualifications (RFQ) concerning general architect and engineering services for an Indefinite Delivery, Indefinite Quantity (IDIQ) contract in the Bureau of Reclamation's Pacific Northwest Region. Specific changes include the provision of final questions and answers as of September 6, 2024, with an emphasis on timely submitted inquiries. The amendment outlines the required acknowledgment process for the amendment, indicating that failure to adhere could result in rejection of offers. The effective period for the contract is set from October 1, 2024, to September 30, 2029. Additional administrative modifications are indicated, yet all other terms and conditions of the solicitation remain unchanged. The document reiterates the importance of adhering to submission guidelines to ensure acceptance and outlines the roles of the contracting officer and contractor signatures, emphasizing procedural correctness within the context of federal contracting practices.
    This document pertains to the amendment of a Request for Qualifications (RFQ) for architectural and engineering (A&E) services under an Indefinite Delivery, Indefinite Quantity (IDIQ) framework for the Bureau of Reclamation's Pacific Northwest Region. The key purpose of this amendment is to officially include the state of Wyoming in the solicitation documentation, as noted in the first paragraph of the RFQ. The amendment outlines that offers must acknowledge receipt of this amendment through specified methods, and changes to existing offers are also permitted if submitted correctly prior to the specified deadline. The contract's period of performance is indicated as spanning from October 1, 2024, to September 30, 2029. It emphasizes the importance of acknowledging the amendment to avoid rejection of offers. Overall, this amendment aims to ensure clarity and inclusiveness within the solicitation process for potential contractors, reinforcing adherence to procedural compliance and the establishment of clear guidelines.
    Similar Opportunities
    C--Arizona, Colorado and New Mexico A&E IDIQ Contract
    Active
    Interior, Department Of The
    The Bureau of Land Management (BLM) is seeking qualified small businesses to establish two Indefinite Delivery Indefinite Quantity (IDIQ) contracts for Architect/Engineering (A&E) services in Arizona, Colorado, and New Mexico. The contracts will encompass a range of services including civil engineering, architecture, facility construction, and environmental compliance, with a maximum contract value of $7 million over a five-year term and a minimum guarantee of $2,500. These services are crucial for the rehabilitation and construction of various facilities, ensuring adherence to federal design and environmental standards. Interested firms must submit their qualifications by September 27, 2024, at 2:00 PM local Colorado time, and can direct inquiries to Ian Petersen at ipetersen@blm.gov or by phone at 303-236-6701.
    Region 1 CERCLA Mine Reclamation Support
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the USDA Forest Service, is seeking qualifications from architect-engineering firms for the Region 1 CERCLA Mine Reclamation Support contract. This Indefinite Delivery, Indefinite Quantity (IDIQ) contract focuses on remediation services for historic mine sites across Idaho, Montana, North Dakota, and South Dakota, including notable locations such as Barker-Hughesville and Beal Mountain. The selected contractor will be responsible for contaminated site investigations, reclamation design, and environmental assessments in compliance with CERCLA guidelines, with a total contract value of $15 million over a potential five-year term. Interested firms must submit their qualifications by September 16, 2024, and are required to register in SAM for eligibility; for further inquiries, they can contact Jessica Lyn H. Rasmussen at jessica.rasmussen@usda.gov.
    C--NORTHEAST and NATIONAL CAPITAL REGION IDIQ MULTI-DISCIPLINARY AE DESIGN SERVICES
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service (NPS), is seeking qualified architect-engineer firms to provide multi-disciplinary design services via an Indefinite Quantity contract for various projects in the Northeast and National Capital Region. The anticipated contract will encompass a broad range of services, including historic preservation, engineering, environmental planning, and project management, with a maximum contract value of $100 million over five years. This opportunity is crucial for supporting the NPS's mission to maintain and enhance national parks and related sites, ensuring compliance with federal regulations and standards. Interested firms must demonstrate their ability to self-perform at least 50% of the work and submit their qualifications by September 17, 2024, with a solicitation expected to be released in Spring 2025. For further inquiries, contact Bai Perney at baiperney@nps.gov or call 303-987-6766.
    C--ACAD AND SACR A&E IDIQ
    Active
    Interior, Department Of The
    The National Park Service (NPS) is seeking qualified small business architectural and engineering (A&E) firms for a single award Indefinite Delivery Indefinite Quantity (IDIQ) contract focused on providing services for Acadia National Park and St. Croix Island International Historic Site in Maine. The procurement emphasizes compliance with the Federal Acquisition Regulation (FAR) and requires firms to have licensed personnel in relevant disciplines, with key services including multi-disciplinary design, planning, construction documentation, and adherence to sustainable design principles. This contract, valued at a maximum of $10 million over its potential five-year duration, aims to enhance visitor infrastructure while ensuring environmental stewardship and cultural resource protection. Interested firms must submit their qualifications electronically by September 25, 2024, and can contact Janice Boscoe at janiceboscoe@contractor.nps.gov for further information.
    Z--Teton Dam 50th Commemoration Overlook Project
    Active
    Interior, Department Of The
    The U.S. Department of the Interior's Bureau of Reclamation is seeking qualified small business contractors for the Teton Dam 50th Commemoration Overlook Project, located approximately 5 miles northeast of Newdale, Idaho. The project aims to renovate the existing overlook site by replacing current asphalt overlooks with concrete structures, enhancing parking facilities, and installing new restroom amenities and picnic tables, with an estimated budget ranging from $1 million to $5 million. This initiative is significant for improving public access and amenities in the area while adhering to environmental standards. Interested small businesses, including Women Owned and HUBZone firms, must submit their qualifications and project experience by October 1, 2024, to Jason Baldwin at jbaldwin@usbr.gov.
    W912QR24R0083 - AE Geotechnical Services IDIQ
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking qualified architect-engineer firms to provide geotechnical engineering services through an Indefinite Delivery Indefinite Quantity (IDIQ) contract. The selected firm will be responsible for a range of activities including soil and rock drilling, geotechnical evaluations, laboratory testing, and stability analyses within the Louisville District Military Mission Boundaries. This contract, valued at up to $5 million over a five-year period, will be awarded based on demonstrated competence and qualifications, with task orders ranging from $25,000 to $400,000. Interested firms must submit their qualifications by 10:00 a.m. Eastern on October 11, 2024, and can contact Adyson Medley at adyson.medley@usace.army.mil for further information.
    C--Architect-Engineering Services for SPR
    Active
    Energy, Department Of
    The Department of Energy is seeking qualified architect-engineering firms to provide comprehensive A-E services for the Strategic Petroleum Reserve's Project Management Office located in New Orleans, Louisiana. The procurement involves a Firm-Fixed-Price Indefinite Delivery Indefinite Quantity (IDIQ) contract for various tasks related to construction projects and the renovation of existing facilities, including design, inspection, and support for crude oil storage sites. This contract, valued at up to $30 million with a minimum guarantee of $10,000, is crucial for maintaining and enhancing the operational readiness of the SPR facilities, which may involve work primarily in Louisiana and Texas. Interested firms must submit their qualifications via the SF-330 form by 2:00 p.m. CDT on October 21, 2024, and direct any questions to Jeremy Smith at jeremy.smith@spr.doe.gov.
    C--Architect-Engineer IDIQ for EPA Regions 5 - 10
    Active
    Environmental Protection Agency
    The Environmental Protection Agency (EPA) is seeking qualified architect-engineer firms for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract covering Regions 5 to 10. This procurement aims to provide professional engineering services as outlined in a revised Statement of Work, which addresses vendor inquiries related to the solicitation. The services are crucial for supporting the EPA's mission in environmental protection and management, ensuring compliance with regulations and enhancing infrastructure. Interested firms must submit their proposals by September 27, 2024, with questions due by September 9, 2024. For further information, contact Mark Ingram at Ingram.Mark@epa.gov or (513) 569-7193.
    B--Environmental and Cultural Resource Services
    Active
    Interior, Department Of The
    Sources Sought INTERIOR, DEPARTMENT OF THE BUREAU OF RECLAMATION is seeking Environmental and Cultural Resource Services. This is a market research and planning request for information, not a solicitation for quotes, proposals, or bids. The government is looking for potential sources capable of providing these services for the Bureau of Reclamation. The primary NAICS Code for this requirement is 541620 - Environmental Consulting Services. The government is interested in both small and large businesses and is considering a five-year single award Indefinite-Delivery Indefinite-Quantity contract. Interested companies are encouraged to respond with their qualifications and capabilities. The deadline for responses is November 14, 2023.
    Engineering and Construction Management Services for Various Civil Works, Environmental, Department of Energy and Military Projects assigned to the Huntington District, US Army Corps of Engineers, Great Lakes and Ohio River Division
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers' Huntington District, is seeking qualified small business sources to provide engineering and construction management services for various civil works, environmental, Department of Energy, and military projects. The procurement aims to identify firms capable of delivering specialized training and experience in nuclear and environmental engineering, as well as construction disciplines, for multi-million dollar projects, including decommissioning and environmental remediation efforts. This opportunity is critical for ensuring the effective management and execution of complex engineering tasks across multiple districts, with a potential contract value of approximately $18 million over one year. Interested firms must submit their qualifications electronically to Leslie Rowe at leslie.a.rowe@usace.army.mil by the close of business on September 30, 2024.