MATOC for General Architect Engineering services
ID: W912DS26RA003Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW2SD ENDIST NEW YORKNEW YORK, NY, 10278-0004, USA

NAICS

Engineering Services (541330)

PSC

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

    The Department of Defense, specifically the Department of the Army, is seeking qualified architect-engineering firms to provide general architect-engineering services under a Multiple Award Task Order Contract (MATOC) for the New York District. The procurement aims to select up to five firms for a maximum contract capacity of $200 million, focusing on a range of services including design, renovation, and construction support for military and non-military projects, with a minimum task order value of $4,000 guaranteed for each selected firm. This opportunity is significant for firms with expertise in large-scale projects, particularly those with construction costs of $10 million or greater, and emphasizes the importance of demonstrated competence and qualifications in the selection process. Interested firms must submit their qualifications via the SF-330 form by November 24, 2025, with inquiries directed to Adrian Stafford-Browne at adrian.j.stafford-browne@usace.army.mil or Nicholas P. Emanuel at Nicholas.P.Emanuel@usace.army.mil.

    Files
    Title
    Posted
    The document addresses frequently asked questions regarding the W912DS26RA003 Architect Engineering Services solicitation. Key clarifications include resume submission guidelines (one page per individual, up to 50 pages total in Section E), small business participation (no specific target, but a secondary selection criterion), and project eligibility (projects completed in September 2017 are acceptable). The submission deadline will be extended. For specialized experience, new central utility plants are considered upgrades, and full design projects for Design-Bid-Build contracts are favored. Projects on resumes do not need to be construction complete. CPARS and PPQs are acceptable for past performance, with summaries sufficient; they are not excluded from page limits. Master Planner and Cost Engineer roles require a P.E. or R.A. designation, with other certifications considered strengths. Infrastructure projects can include new construction, and multiple renovation example projects of the same type are permissible. Partially designed projects will not be considered, and renovation projects must meet the $10M minimum construction cost. The page limit for Section F (10 pages, 1 per project) and Section I (85 pages) remains unchanged. Font size 9 Arial is a minimum, and other legible fonts are acceptable. A formal amendment will be issued, and the deadline for questions has been extended to November 7, 2025.
    The W912DS26RA003 Request for Information (RFI) addresses questions for a Multiple Award Task Order Contract (MATOC) for general Architect-Engineering Services for the New York District. Key clarifications include that information in Section H will not be excluded from the 85-page count limit, and the page count will not be increased. Section F is limited to 10 pages, with one page per project, clarifying previous conflicting guidance. The solicitation also clarifies that "Year Completed – Professional Services" on the SF330 form refers to the completion year of the design or professional services phase, while "Year Completed – Construction" refers to the completion year of the construction phase, if applicable. This will be the final amendment, with responses provided as a separate attachment. All submitted resumes will be evaluated, with at least one per discipline meeting professional registration requirements. Offerors can reallocate unused pages from Section E to other sections, provided the total 85-page limit is maintained. Lastly, the New York District currently has no plans for an IDIQ dedicated solely to the U.S. Merchant Marine Academy Program.
    The RFI Responses document addresses numerous questions regarding the W912DS26RA0003 solicitation, clarifying proposal submission requirements and evaluation criteria. Key clarifications include resume submission (50 pages for 25 disciplines, allowing flexibility in page allocation per resume), small business participation goals (to be established), and project completion dates (projects completed September 2017 are acceptable). An extension of seven calendar days for submissions will be issued. The document details acceptable project types for specialized experience and technical competence, including utility plant upgrades and design-build RFP projects. It also clarifies requirements for qualified personnel, particularly regarding Professional Engineer (PE) or Registered Architect (RA) licenses for master planners and cost engineers, though AICP certification may be considered for master planners. Past performance submissions only require a summary table of CPARS, not individual reports. Page limits for Section F projects can be increased by using Section H. The document also confirms font type and size flexibility and clarifies that a radar facility is within the scope of R&D Communications facilities. It also states that construction-complete projects are preferred, but ongoing or design-complete projects are acceptable, though they may not rank as highly. Overall, the document aims to provide comprehensive guidance to offerors to ensure accurate and compliant proposal submissions.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    W912HN26RA005 - 100% Total Small Business $400M Two-Phase Design-Build General Construction Multiple Award Task Order Contract (MATOC)
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers Savannah District, is seeking qualified small businesses for a Two-Phase Design-Build General Construction Multiple Award Task Order Contract (MATOC) valued at $400 million. This procurement aims to establish a contract for general construction projects primarily in Georgia and North Carolina, encompassing new construction, renovation, maintenance, and repair work, with task orders ranging from $7 million to $30 million. The awarded contracts will have a base period of five years, and the selection process will utilize a Best Value Decision based on past performance, design experience, and technical capability. Interested parties must submit proposals by December 18, 2025, at 11:00 AM EST via the PIEE Solicitation Module, and can contact Gregory Graham at gregory.m.graham@usace.army.mil for further information.
    Small Business Construction MATOC
    Buyer not available
    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.
    FY26 Design Build / Design Bid Build General Construction East Multiple Award Task Order Contract (MATOC)
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers Charleston District, is seeking qualified small businesses for a Design Build/Design Bid Build General Construction Multiple Award Task Order Contract (MATOC). This procurement aims to establish a 100% Small Business Set-Aside Indefinite Delivery, Indefinite Quantity (IDIQ) contract with a total capacity of $350 million, intended for various construction projects within the Charleston District. The contract will encompass a three-year base ordering period with an option for an additional two years, allowing for task orders ranging from the simplified acquisition threshold up to $25 million. Proposals must be submitted electronically via the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module by December 9, 2025, and interested parties can reach out to Michael Stiltner at michael.s.stiltner@usace.army.mil or by phone at 843-329-8045 for further information.
    Multiple Award Task Order Contract for Design Build/Design Bid Build (DB/DBB) West
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is preparing to issue a presolicitation for a Multiple Award Task Order Contract (MATOC) focused on Design Build/Design Bid Build (DB/DBB) projects in the Charleston District. This contract aims to establish a pool of up to seven contractors for general construction projects, with a total capacity of $99 million, to be utilized over a three-year base period and an additional two-year option period. The work will be conducted west of the Mississippi River, emphasizing the importance of efficient construction services in supporting military infrastructure. Interested parties can reach out to Michael Stiltner at michael.s.stiltner@usace.army.mil or call 843-329-8045 for further details, with the formal solicitation expected to be announced within the next 15 to 30 days.
    Two Phase Design Build IDIQ MATOC in Support of the Western Region
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is announcing a presolicitation for a Two Phase Design Build Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contracts (MATOC) to support the Defense Health Agency (DHA) program in the Western Region of the United States. This procurement aims to provide design-build and repair services for military healthcare and research laboratory facilities, focusing on architectural, mechanical, electrical, instrumentation, security, and safety areas, with a total contract capacity of $249 million. The solicitation will be available on or around January 12, 2026, and interested contractors must be registered in SAM.gov to access the solicitation documents via the Procurement Integrated Enterprise Environment (PIEE) website. For further inquiries, potential bidders can contact LaRhonda Archie at larhonda.m.archie@usace.army.mil or the CT-M Inbox at ct-cproposals-medcom@usace.army.mil.
    INDEFINITE DELIVERY/INDEFINITE QUANTITY MULTIPLE AWARD CONTRACT FOR MULTIDISCIPLINE ARCHITECT-ENGINEER SERVICES IN SUPPORT OF CONSTRUCTION PROJECTS LOCATED PRIMARILY IN THE NORFOLK DISTRICT AREA OF RESPONSIBILITY (AOR), BUT ALSO NORTH ATLANTIC DIVISION AOR
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is seeking qualified small business architect-engineer firms for an Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Contract to support construction projects primarily within the Norfolk District and North Atlantic Division Areas of Responsibility. The contract will encompass a wide range of multi-discipline architect-engineering services, including planning, design, engineering studies, construction management, and various facility-related projects, with a total shared capacity of approximately $240 million over a five-year base period. Interested firms must be registered in the System for Award Management (SAM) and meet the Small Business Size Standard of $22.5 million under NAICS Code 541330, and they are required to submit a capabilities statement by December 11, 2025, detailing their experience and qualifications, including three example projects and the professional qualifications of key personnel. For further inquiries, firms can contact Dariya Walker at dariya.m.walker@usace.army.mil or Nicholas Lizotte at Nicholas.Lizotte@usace.army.mil.
    West Branch Design-Build Multiple Award Task Order Contract (MATOC)
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Los Angeles District, is soliciting proposals for a Design-Build Multiple Award Task Order Contract (MATOC) aimed at providing construction services. This opportunity is specifically set aside for small businesses and encompasses a range of projects including Sustainment, Restoration, and Modernization (SRM), minor Military Construction (MILCON), and support for various military and civil works programs within the Southern California region. The contract, valued at up to $99 million, will last for five years and will allow for the construction, renovation, and maintenance of facilities at key military installations such as March Air Reserve Base and Edwards Air Force Base. Interested parties can reach out to Cameron Stokes at Cameron.Stokes@usace.army.mil or by phone at 213-452-3009 for further details.
    A-E Master Planning Services IDC
    Buyer not available
    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.
    Multiple Award Task Order Construction Contracts (MATOC) at Tobyhanna Army Depot
    Buyer not available
    The Department of Defense is initiating a presolicitation for Multiple Award Task Order Construction Contracts (MATOC) at the Tobyhanna Army Depot (TYAD) in Pennsylvania. This procurement aims to establish Indefinite Delivery/Indefinite Quantity (IDIQ) contracts for minor construction, repairs, maintenance, alterations, and emergency services, requiring contractors to provide all necessary labor, materials, and equipment. The contract is a total small business set-aside, with a magnitude between $25 million and $100 million, and the solicitation is expected to be issued around January 13, 2026. Interested contractors must be registered in SAM.gov and can contact Justin Marino at justin.m.marino2.civ@army.mil or Brian Souter at Brian.J.Souter.civ@army.mil for further information.
    C1DA--National AE IDIQ MATOC On-Ramping Opportunity 1
    Buyer not available
    The Department of Veterans Affairs (VA) is offering an On-Ramping Opportunity for its National Architect-Engineering (A-E) Indefinite-Delivery, Indefinite-Quantity (IDIQ) Multiple Award Task Order Contract (MATOC), specifically set aside for Service-Disabled Veteran-Owned Small Business (SDVOSB) concerns. This contract aims to provide a range of A-E services, including design development, project management, and construction period services, with an emphasis on compliance with VA standards and federal regulations. The MATOC has a total capacity of $5 billion over a ten-year period, with a minimum guaranteed fee of $2,500 for selected firms, and submissions are due by January 15, 2026, at 1:00 PM ET. Interested parties should contact Sheila Vickers at sheila.vickers@va.gov or call 813-816-7155 x100434 for further details.