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
Sources Sought for Architect-Engineer Design Services for Civil Works Projects (U.S. Army Corps of Engineers, Kansas City District)
Buyer not available
The U.S. Army Corps of Engineers (USACE), Kansas City District, is seeking qualified architect-engineer firms to provide civil works design services for various projects, including military installations and hazardous waste missions. The procurement aims to establish a Multiple-Award, Indefinite-Delivery Indefinite-Quantity (IDIQ) Task Order contract, with a total capacity limit of $95 million, to support a range of civil design services such as flood risk management, eco-restoration, and engineering support. Interested firms are encouraged to submit a capabilities package by May 7, 2025, to Contract Specialist Erick Ottoson at erick.s.ottoson@usace.army.mil, with a copy to Contracting Officer Laura Hedrick at laura.l.hedrick@usace.army.mil, as this notice serves as a market survey and is not a request for proposals.
INDEFINITE DELIVERY/INDEFINITE QUANTITY CONTRACT FOR ARCHITECT-ENGINEER SERVICES FOR UTILITY ENGINEERING, UTILITY INFRASTRUCTURE MANAGEMENT, UTILITY OPERATION AND MAINTENANCE, AND UTILITY MANAGEMENT SERVICES WORLDWIDE
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Systems Command Atlantic (NAVFACSYSCOM ATLANTIC), is seeking qualified architect-engineer firms for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract focused on utility engineering, infrastructure management, operation and maintenance, and management services worldwide. The contract aims to provide essential services related to utility systems, including electricity, water, wastewater, and natural gas, with a total potential fee of $80 million and a guaranteed minimum of $10,000 over a one-year base period plus four optional years starting in February 2026. Interested firms must demonstrate their qualifications through a completed SF 330 form, highlighting their specialized experience and commitment to small business subcontracting, with final submissions due by May 16, 2025. For further inquiries, potential bidders can contact Jamie Oyelowo at jamie.l.oyelowo.civ@us.navy.mil or Edward Flint at edward.d.flint.civ@us.navy.mil.
Unrestricted Military & Civil A-E Services MATOC
Buyer not available
The Department of Defense, specifically the Department of the Army through the W071 Endist Omaha office, is preparing to issue a presolicitation for an Unrestricted Military and Civil Architect-Engineering (A-E) Services Multiple Award Task Order Contract (MATOC). This procurement aims to award up to five firm fixed price Indefinite Delivery Contracts (IDCs) with a total capacity of $200 million for A-E services related to studies, analysis, and design for military and civil projects within the USACE Northwestern Division. The projects will encompass various types of facilities and structures on military bases and federal installations, including new construction, renovation, and maintenance of facilities such as barracks and utilities. Interested firms must register in the System for Award Management (SAM) and keep their information current, as solicitation documents will be available on https://SAM.gov. For further inquiries, contact Susan Prater at susan.prater@usace.army.mil or Tyler P. Hegge at tyler.hegge@usace.army.mil, with the contract performance period set for five years starting from the award date.
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.
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.
W912DY25RA021 previously W912DY25R0003 IOT IV Sources Sought
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, is seeking contractor capabilities for the Initial Outfitting and Transition Facilities Support Services (IO&T FSS IV) to support the Military Health System (MHS) in establishing new and renovated healthcare facilities. The procurement aims to gather market research and assess contractor qualifications for services including project management, interior design, equipment planning, transition planning, and post-occupancy evaluations, which are critical for ensuring that healthcare facilities meet operational needs. This initiative is anticipated to have a capacity of approximately $720 million and invites both small and large businesses to participate, with responses due by April 29, 2025. Interested contractors should direct inquiries to Sharleene Davidson or Kijafa Johnson-Cooper via the provided email addresses.
Brandon Road Interbasin Project A-E Design Services Single Award IDIQ
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers, Rock Island District, is seeking qualified architect-engineer firms for the Brandon Road Interbasin Project, which involves a Single Award Indefinite Delivery/Indefinite Quantity (IDIQ) contract for design and engineering services. The primary objective of this procurement is to provide comprehensive services for a complex ecosystem restoration project aimed at preventing the movement of invasive species into the Great Lakes, utilizing innovative deterrent technologies and ensuring compliance with federal regulations. The contract, valued at a maximum of $85 million, spans five years with potential extensions and requires firms to demonstrate their qualifications, experience, and capacity to deliver high-quality engineering services. Interested parties must submit their qualifications by 2:00 p.m. Central Time on May 29, 2025, and can direct inquiries to Samantha Johanson or Brunson Grothus via their provided email addresses.
Indefinite Delivery Indefinite Quantity (IDIQ) Civil Works Design and Survey and Photogrammetric Mapping
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Albuquerque District, is seeking qualified architect-engineer firms for an Indefinite Delivery Indefinite Quantity (IDIQ) contract focused on civil works design, surveying, and photogrammetric mapping services. This contract aims to support flood control and erosion protection projects within the Albuquerque District, which encompasses areas in Southern Colorado, New Mexico, and Southwest Texas, with potential work extending beyond these regions. The anticipated contract value is up to $49.9 million, with individual task orders ranging from $20,000 to $500,000, and interested firms must respond to this sources sought notice by May 16, 2025, to express their capabilities and qualifications. For further inquiries, firms can contact Robert J. McPherren at robert.j.mcpherren@usace.army.mil or by phone at 505-342-3455.
Defense Health Agency Health Facility Planning Support RFI
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, is conducting a Sources Sought notice for the Defense Health Agency (DHA) to identify qualified 8(a) small businesses capable of providing health facility planning support in Falls Church, Virginia. The procurement aims to gather market research on the capabilities of firms to assist in comprehensive facility planning, including programming, operational support, and project development, which are critical for optimizing military healthcare services. Interested firms are encouraged to submit documentation detailing their relevant experience and qualifications, as this notice is intended for informational purposes only and does not constitute a solicitation for proposals. For further inquiries, interested parties may contact Jasmine Jackson at Jasmine.N.Jackson@usace.army.mil or Marta Anerton at marta.l.anerton@usace.army.mil.