Architectural & Engineering Services in Support of Real Property Planning, Programming & Management Support IV
ID: W912DY25R0XXXType: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW2V6 USA ENG SPT CTR HUNTSVILREDSTONE ARSENAL, AL, 35898-0000, USA

NAICS

Architectural Services (541310)

PSC

ARCHITECT AND ENGINEERING- GENERAL: PRODUCTION ENGINEERING (C215)
Timeline
  1. 1
    Posted Apr 3, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 3, 2025, 12:00 AM UTC
  3. 3
    Due May 5, 2025, 5:00 PM UTC
Description

The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking qualified architectural and engineering firms to provide comprehensive support for real property planning, programming, and management. The objective of this procurement is to gather market information to identify firms capable of delivering services such as facility assessments, master planning, asset management, and economic analyses for various military and government installations worldwide, with an estimated total program capacity of $550 million. These services are crucial for ensuring effective facility management and compliance with federal regulations across both domestic and international sites. Interested firms must submit their qualifications and relevant experience by May 5, 2025, via email to the designated contacts, Jasmine McCullough and LaShonda Smith, as no hardcopy submissions will be accepted.

Point(s) of Contact
Files
Title
Posted
Apr 3, 2025, 8:05 PM UTC
The Statement of Work (SOW) outlines the objectives and services for an Indefinite Delivery Contract (IDC) to provide architectural and engineering (A-E) support for facility planning and management for the U.S. military and other government agencies globally. The primary goal is to deliver facility analyses, master planning, and programming studies aligned with federal regulations. The scope encompasses diverse tasks including economic analyses, facility utilization studies, and energy assessments across various sites, both domestically and internationally, with potential classified projects. Task orders will be issued detailing specific requirements and deliverables, with the contractor responsible for compliance with relevant laws and quality standards. Key elements include the management structure, with designated program and project managers, and requirements for quality control, communication, and safety compliance. The contractor must demonstrate expertise in relevant Army Real Property Systems and submit thorough documentation for all deliverables, which will remain under government ownership. The SOW emphasizes collaboration, proactive communication, and adherence to protocols for safety and reporting throughout the project lifecycle, ensuring efficient execution while maintaining the highest standards of oversight and accountability.
Apr 3, 2025, 8:05 PM UTC
The U.S. Army Corps of Engineers is issuing a SOURCES SOUGHT notice for Architectural & Engineering Services related to Real Property Planning, Programming, and Management Support IV. This notice aims to gather market information to assess the capabilities of both small and larger businesses that can provide facility assessment, master planning, asset management, economic analysis, and related project support for various military and government installations worldwide, with an estimated total program capacity of $550 million. Interested firms must demonstrate their qualifications through a Capabilities Questionnaire, detailing their relevant experience, personnel qualifications, licensing, and capacity to manage A-E services effectively in diverse locations. Special considerations, such as compliance with Italy's Anti-Mafia law, are noted. The submission format requires a concise 10-page document, submitted electronically by May 5, 2025. This initiative emphasizes the potential for small business set-asides and aims to evaluate whether small firms can meet the outlined service requirements while ensuring quality and timeliness in project execution.
Lifecycle
Similar Opportunities
INDEFINITE DELIVERY/INDEFINITE QUANTITY (IDIQ) MULTIPLE AWARD TASK ORDER CONTRACTS (MATOCs) FOR ARCHITECT-ENGINEER SERVICES
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Omaha District, is seeking qualified firms for Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Task Order Contracts (MATOCs) for Architect-Engineer (A-E) services. This opportunity focuses on gathering information from firms, particularly small businesses and those owned by veterans and women, with expertise in high-security engineering projects, including Sensitive Compartmented Information Facilities (SCIFs) and classified design documentation. The anticipated contract period spans seven years, with a total projected value of approximately $249 million, emphasizing the importance of security and renovation engineering to support the Department of Defense and federal agencies. Interested firms must submit their qualifications in a single PDF by April 18, 2025, and should be registered in the System for Award Management (SAM) for eligibility. For further inquiries, contact Michelle M. Alcover at michelle.m.alcover@usace.army.mil or Tyler P. Hegge at tyler.hegge@usace.army.mil.
DESIGN BUILD CONSTRUCTION INDEFINITE DELIVERY INDEFINITE QUANTITY MULTIPLE AWARD TASK ORDER CONTRACT
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE), is soliciting proposals for a Design-Build Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) aimed at awarding contracts to up to five small businesses for construction tasks valued at a total of $90 million over five years. The procurement process will follow a two-phase evaluation, with Phase 1 assessing past performance and management approaches, while Phase 2 will focus on technical and pricing proposals. This contract is crucial for ensuring quality construction and restoration of real property, emphasizing collaboration with USACE and adherence to strict quality control and management standards. Interested contractors must have an active registration in SAM.gov and submit proposals through the PIEE portal by April 10, 2025, with inquiries directed to Ann Adley at ann.m.adley@usace.army.mil or by phone at 978-318-8255.
Notice for Architect and Engineering (A-E) Services to Support Planning, Design and Construction for the USACE South Atlantic Division, Mobile District, Military Design and Construction Program
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers (USACE) South Atlantic Division, is seeking qualified architect-engineering firms to provide comprehensive planning, design, and construction support for military projects within the Mobile District. The procurement aims to secure professional services that will facilitate the effective execution of the Military Design and Construction Program, which is vital for maintaining and enhancing military infrastructure. Interested firms should note that the primary point of contact for this solicitation is Kellden Williams, who can be reached at KELLDEN.WILLIAMS@USACE.ARMY.MIL or by phone at 251-694-3860, with a secondary contact available as well. Further details regarding submission deadlines and evaluation criteria will be provided in the solicitation documents.
Architect-Engineer (A/E) Services For Long-Range Planning
Buyer not available
The Department of Defense, specifically the Naval Air Warfare Center, is seeking qualified architect-engineer firms to provide long-range planning services. The procurement aims to secure professional engineering services under NAICS code 541330, focusing on general production engineering. These services are crucial for the strategic planning and development of naval operations and infrastructure. Interested firms must submit their SF-330 documents through the Procurement Integrated Enterprise Environment (PIEE) by the extended deadline of May 13, 2025, with inquiries directed to Seunghwa Lee at seunghwa.t.lee.civ@us.navy.mil or Helen Xiong at helen.n.xiong.civ@us.navy.mil.
Multi-Disciplined Architect/Engineer (A/E) Indefinite Delivery/Indefinite Quantity (IDIQ) Contracts to Support the U.S. Army Corps of Engineers, Baltimore District and North Atlantic Division (NAD)
Buyer not available
The U.S. Army Corps of Engineers, Baltimore District, is seeking qualified architect-engineer firms to provide multi-disciplined A/E services through a series of Indefinite Delivery/Indefinite Quantity (IDIQ) contracts. The procurement aims to award up to twelve contracts, with a target of six reserved for small businesses, to support various projects within the North Atlantic Division, with a total capacity not exceeding $500 million. The services required will primarily focus on Sustainment, Restoration, and Maintenance (SRM), along with other engineering tasks such as design, cost estimating, environmental documentation, and construction support. Interested firms should contact Erica Stiner or Leigha Arnold via email for further information, with the solicitation synopsis expected to be issued in the third quarter of FY25.
Architecture & Engineering Multidiscipline Survey and Mapping Services IDIQ
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers Wilmington District, is seeking qualified firms to provide multidiscipline architecture and engineering services under an Indefinite Delivery/Indefinite Quantity (IDIQ) contract for surveying and mapping services. The procurement aims to identify potential small business sources, including 8(a), HUBZone, Service Disabled Veteran Owned, and Economically Disadvantaged Women Owned Small Businesses, to perform various surveys, GIS services, and the production of maps and CADD products across North Carolina and Virginia, with potential for nationwide application. The total estimated value of the contract is $6 million, covering a base year and four one-year option periods, with a submission deadline for Statements of Capabilities set for 3:00 PM Eastern Daylight Time on April 9, 2025. Interested firms should direct their submissions to Jenifer Garland at jenifer.m.garland@usace.army.mil and Rosalind M. Shoemaker at rosalind.m.shoemaker@usace.army.mil.
Commercial Utility Program (CUP) Sources Sought
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking qualified contractors to provide technical support services for the Army Utilities Program (AUP) and the Army Energy Program. The contractor will be responsible for policy development, program management, utility evaluations, technical analyses for system upgrades, and support for utility privatization efforts, with a focus on enhancing energy efficiency and compliance with federal standards. This opportunity is crucial for ensuring effective utility management across various Army installations, including locations in Alaska, Hawaii, and Puerto Rico. Interested firms must submit their qualifications by 12:00 p.m. Central Time on May 7, 2025, to Nicholas Sloan at Nicholas.R.Sloan@USACE.Army.Mil, and must be registered in the System of Award Management (SAM) to be considered for the contract.
Civil Design IDC/IDIQ
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) San Francisco District, is seeking information from industry regarding a potential Indefinite Delivery Contract/Indefinite Quantity (IDC/IDIQ) for civil design services. The procurement aims to support various Civil Works activities, including wetland restoration, flood control, and environmental studies, requiring a broad range of engineering and construction services. This opportunity is crucial for ensuring adequate competition among potential contractors, particularly within the small business community, as the total contract capacity is estimated at $45 million over a performance period of up to five years. Interested firms must submit their statements of capability by May 5, 2025, to Lisa Ip at lisa.i.ip@usace.army.mil, and must be registered in SAM.gov to be eligible for contract awards.
Sources Sought Notice
Buyer not available
The Department of the Interior, through the Interior Business Center Acquisition Directorate, is issuing a Sources Sought Notice to assess interest and capabilities among both large and small business concerns, including 8(a), HUBZone, and Service-Disabled Veteran-Owned Small Business (SDVOSB) categories, for providing architectural and engineering (A&E) and construction services for the U.S. Army Combat Capabilities Development Command (DEVCOM) Armaments Center. The procurement aims to support facility modernization efforts, particularly the upgrade of over 400 buildings at Picatinny Arsenal, NJ, and Benet Labs, NY, with a focus on compliance with federal, state, and local regulations, including safety and environmental standards. Interested firms are required to submit a ten-page capabilities statement detailing their qualifications and relevant project experience, with a deadline for responses to be determined; the contract is valued at up to $50 million over five years. For further inquiries, interested parties may contact David Ialenti at DAVIDIALENTI@IBC.DOI.GOV or by phone at 703-964-3651.
Indefinite Delivery Multiple Award Task Order Contract (MATOC), Defense Health Agency (DHA) Medical Treatment Facility (MTF) Operations and Maintenance (O&M) Services of Real Property
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, Little Rock District, is seeking qualified contractors for an Indefinite Delivery Multiple Award Task Order Contract (MATOC) focused on Operations and Maintenance (O&M) services for Defense Health Agency (DHA) Medical Treatment Facilities (MTFs) across the Continental United States (CONUS) and Outside the Continental United States (OCONUS). The contract will encompass a range of services including preventive maintenance, inspection, and repair of various systems within healthcare facilities, such as HVAC, plumbing, and electrical systems, ensuring compliance with applicable codes and standards. This procurement is critical for maintaining operational readiness and safety in healthcare environments, with an estimated contract capacity of $480 million over five years, and individual task orders ranging from $5,000 to $60 million. Interested firms must respond to the Sources Sought announcement by April 13, 2025, and can direct inquiries to Sharon Kindall or Marcus Mitchell via email.