Loading...
W9123726RA007
Response Deadline
Jun 12, 2026, 9:00 PM(EDT)31 days
Eligibility
Contract Type
Presolicitation
CONTRACT INFORMATION: This contract is being procured in accordance with the Selection of Architect Engineers Act, the provisions outlined in FAR Subpart 36.6 and the procedures provided in Engineer Pamphlet (EP) 715-1-7, section 3-16. Architect-Engineers (A-E) will be selected for negotiations based on demonstrated competence and qualifications for the type of professional services required. Work will be performed for the Corps of Engineers and its customers to include other Government agencies, and State and local entities. Orders may only be issued for Flood Control Dam and Levee work.
Work will predominantly occur within the boundaries of the continental United States and its territories though limited work may potentially occur outside the continental United States when such work is assigned to the U.S. Army Corps of Engineers (USACE). Architect-Engineering services are required for diverse types of Flood Control Dam and Levee Safety Civil Works and MILCON support projects assigned to or by the Dam Safety Modification Center (DSMC). The contract will also provide capacity within the USACE Flood Control Dam and Levee Safety community requesting Architect-Engineering assistance through the Dam Safety Modification Center.
A minimum of (3) firm-fixed price indefinite delivery contracts will be negotiated and awarded with a base period of one year and four option periods, one year each. The award amount will not exceed $250,000,000.00 combined capacity over the life of the contracts and work will be issued by negotiated firm-fixed price task orders with the most highly qualified in the pool selected via the Task Order Requirements Notice Process. Task Orders may be awarded between $2,500 and $120,000,000 in value. The contracts are expected to be awarded in July 2026. North American Industrial Classification System code is 541330, which has a size standard of $25.5 million in average annual receipts.
This announcement is open to all businesses regardless of size. Large businesses must comply with FAR clause 52.219-9 (DEVIATION 2018-O00018) regarding the requirement for a subcontracting plan on the part of work it intends to subcontract; this is only required by the most highly qualified A-Es and is not part of the submittal for this synopsis. The A-Es found most highly qualified will be required to submit a Small Business Subcontracting Plan meeting the statutory small business limits of 23% overall, 5% small disadvantaged (including 8(a)), 5% woman owned and 3% each for Service-Disabled Veteran-Owned Small Business, and HUBZone businesses prior to award.
The A-E’s corporate Quality Control Plan is required with this submittal and will be evaluated as outlined in factor E. Each task order with site work will require a Site-Specific Safety and Health Plan and all require an individual task order specific Quality Control plan. To be eligible for contract award, each A-E must be registered in the System Award Management (SAM). Register via the SAM website at https://www.sam.gov/portal/public/SAM. Multiple contracts are being awarded under this synopsis, at least the three most highly qualified firms will each receive a Request for Proposal to allow development and submission of a price proposal.
Task Orders will be awarded in accordance with the Selection of Architect Engineers Act guidance to ensure fair distribution of awards using the Task Order Requirements Notice procedures to the most highly qualified out of the pool of awarded contractors.
PROJECT INFORMATION: The A-E services to be provided under this contract will be to provide Engineering Services for Flood Control Dam and Levee Safety efforts nationally. The A-E services will be multidisciplinary (see paragraph on Specialized Experience and Technical Competence below) in nature to support our mission to plan, design, construct, oversee construction, modify, operate, and control flood control reservoirs, dams, and levees.
The A-E shall provide the appropriate personnel, materials, equipment, management, quality, and cost controls to perform all phases of engineering, and architectural services to include, but not limited to, planning studies; engineering investigations; risk assessments; designs; reports; construction plans and specifications; preliminary cost estimates; general construction and engineering type surveys and related services; Computer-Aided Design and Drafting (CADD); and construction consultation and inspection/quality assurance including engineering during construction. Work shall be accomplished in full compliance with established USACE manuals, policies, standards and practices and other professional practices and standards as necessitated by project conditions or job requirement. CADD information shall conform to paragraph (E) below. Capability for scanning hard copy into the CADD and 3D design system is also required. Work may require using the metric system. All work shall be prepared to be compatible with MS Office 365, and all specifications shall use SPECSINTACT format.
Services shall also include any or all of the following based on need: Site characterization studies, Engineering evaluations and analyses in support of hydrologic (e.g. Inflow Design Flood) and seismic loading, consequence studies, Dam and Levee screenings, feasibility studies, preliminary and/or final designs, value engineering, constructability reviews, preparation of construction plans and specifications, or other analyses or studies related to the dam and levee safety programs.
Services will be required to evaluate flood control dams and levee appurtenances including bridges, gates, spillways, pumping stations and other appurtenant structures attached to dams and levees as necessary to characterize the project. Earth embankment and foundation seepage analyses, inspection, assessment and design of concrete hydraulic structures and hydraulic steel structures associated with dam and levee safety projects.
The A-E will be required to provide dam and levee safety experts to participate in highly complex dam and levee safety risk based Independent Expert Peer Reviews (IEPR), Expert Opinion Elicitations (EOE), for consultation, review of in-progress dam and levee safety design and construction activities, completed dam and levee safety construction, Risk Assessment and Analyses, Potential Failure Modes Analysis (PFMA), and numerical modeling of features associated with dam and levee safety projects.
SELECTION CRITERIA: The selection criteria for this particular contract are listed below in descending order of importance. Criteria (i) through (vi) are primary. Criteria (vii) and (viii) are secondary and will only be used as a “tiebreaker” among firms that are essentially technically equal.
i. Specialized Experience and Technical Competence: Firms must demonstrate specialized experience allowing objective evaluation and ranking of A-E capabilities on the following criteria/elements, which are listed in descending order of importance. For the proposed team, provide a maximum of ten (10) specific, completed projects that best illustrate overall team experience. Projects submitted shall have been completed as the prime A-E and be within the past five (5) years from the date qualifications submittals are due. Include a brief narrative for each project. Discuss conformance to scope, adherence to performance schedules, limiting changes, and delivering a product that satisfies the requirements. The A-E must only describe its exact efforts on the project and not appear to have made more effort than it did and be specific about firms’ effort.
ii. Professional Qualifications: The evaluation of professional qualifications will consider relevant experience, education, training, professional registration, organizational certifications, and longevity with the firm. The firm should indicate professional registrations/licenses, certifications from commercial organizations, professional recognition, professional associations, advanced training, and specific work experience of key personnel. The firm must staff the necessary Registered/Licensed Engineers, Geologists, Scientists, Architects and Surveyors having professional qualifications and specialized experience to perform and/or oversee that all work is accomplished as required by law and professional engineering architectural and surveying practices. Firms will be ranked on the above qualified registered professional personnel in the following key disciplines:
Disciplines in the following group (Group A) are of equal importance: Structural Engineers, Geotechnical Engineers, Geologists, Hydraulic Engineers, Civil Engineers, Mechanical Engineers, Cost Engineers, and Electrical Engineers.
Disciplines in the following group (Group B) are also of equal importance but are of lesser importance than the previous group (Group A): Specification Writers, Cost Engineers, Estimators, Engineering Technicians (Draftsmen/CADD Operators/GIS), Sanitary Waste Engineers, Planners, Architects, Professional Surveyors, Environmental Engineers, Environmental Geologists, Biologists (Ecologist), Safety Professionals, Hydrogeomorphologists, Industrial Hygienists and Construction Inspectors/Quality Assurance.
Personnel proposed for Dam Safety Design and Analysis shall be shown in the Levels of Experience listed below. Provide appropriate documentation to justify their experience level.
Level 1 experience includes five to ten (5-10) years of conventional engineering experience for dam/levee safety planning, engineering, design and/or construction in structural, geotechnical, engineering geology, hydraulic, civil, electrical, or mechanical engineering.
Level 2 experience includes ten to fifteen (10-15) years of conventional engineering experience in dam/levee safety, and at least 5 years of risk-based/risk-informed engineering experience in dams and levee systems. Experience must include all experience within Level 1, plus participation on risk analysis teams for dam and levee systems, facilitation or participation in potential failure mode analysis (PFMA), or estimation of conditional probabilities of failure for static, hydrologic, and seismic failure modes, and estimating loss of life and economic consequences.
Level 3 experience includes more than fifteen (15+) years of conventional engineering experience in dam/levee safety, and at least 5 years of risk-based/risk-informed engineering experience in dams and levee systems. Experience must include all experience within Levels 1 and 2, plus leading risk analysis teams, leading and/or participating in Expert Opinion Elicitations, and constructing event trees or using risk-based models to estimate risks for dam and levee projects. Experience conducting external peer review, quality control review, and consistency of decision and action review of Risk Analysis Reports and corrective action studies for dam and levee modifications is required. The criteria will include a review of projects submitted to determine relevant experience for both personnel and the firm, as well as Quality Management of engineering products.
iii. Capacity: The PDT divided the NTE amount of $249,500,000.00 by the five-year period to arrive at the $49,900,000.00 capacity for the firm to perform within a one-year period in a satisfactory and efficient manner. The evaluation will consider the availability of an adequate number of personnel in key disciplines. The firm should have one point of contact for this contract and demonstrate past/projected-working relationships with subcontractors. Subcontracting with firms with specialized experienced areas is encouraged. Include an organization chart of the key personnel assigned to the contract. Firms should demonstrate strong ability to provide comprehensive program and project management for complex work; strong ability to provide comprehensive complex technical support; ability to provide necessary personnel for expedited, complex and unexpected work; ability to initiate, manage and complete multiple concurrent task orders; ability to meet unforeseen schedule changes and maintain delivery of a quality product on a timely schedule.
iv. Past Performance: Past Performance during the past 5 years from the date the synopsis is posted to SAM.gov on similar contracts with respect to cost control, quality of work, ability to work independently and compliance with performance schedules as determined from Past Performance Information Retrieval System (PPIRS), FAPIIS data in SAM.gov, and other sources. PPIRS is the primary source of information on past performance. However, any credible, documented evaluations may be considered, but the government is not required to seek other information on the past performance of a firm if none is available from PPIRS. Relevant information to provide includes the following:
v. Quality Management System: The evaluation will consider the firm’s Quality Management System. Firms must describe their quality control and quality assurance procedures with any subcontracts and procedures for continual improvement and ensuring customer satisfaction. State any experience with the International Standards Organization (ISO) 9001 standard and the DrChecks automated comment and response system.
vi. CADD and Office Automation: All drawings and exhibits for design work, surveying work, drawings, maps, and details to be provided under this contract shall be accomplished and developed using computer-aided design (CAD) software and procedures conforming to the following criteria and most current versions of Target Software:
Consideration will be given to offerors that indicate compatibility with the above CAD standards, but preference will be given to offerors that demonstrate experience with the above standards.
vii. Small Business Participation: SB and SDB Participation: The extent of participation of small businesses (including women-owned, HUBZone, small disadvantaged and service-disabled veteran-owned businesses) measured as a percentage of the total anticipated contracted effort, regardless of whether the small business is a prime contractor, subcontractor, or joint venture partner.
viii. Equitable Distribution of DOD Contracts: Volume of DoD A-E contract awards in the last 12-months, with the objective of effecting an equitable distribution of DoD A-E contracts among qualified firms, including Small Business and Small Disadvantaged Business.
SUBMISSION REQUIREMENTS: ALL RESPONSES TO THIS REQUIREMENT SHOULD BE SUBMITTED ELECTRONICALLY.
Electronic submissions shall be maximum 2-pages per individual resumes and maximum 4-pages per project information, front-only, and 12-point, Times New Roman font except where mandated fillable forms require smaller fonts. Not to exceed 200 pages total (past performance is not included in page count). No paper copies, CD, DVD, thumb drives, email, or facsimile will be accepted. Electronic submissions must be received to the Government NLT, 5:00 PM Eastern Time on June 12, 2026. Electronic submissions shall be based on 8.5 x11 page size. The only exceptions are Organization Chart or Experience/Qualification matrix which may be based on a 11x17 page size. Personnel resumes shall be limited to two electronic pages (one page front and back equivalent) per person. Any information on a resume beyond the two electronic pages (one page front and back equivalent) will not be considered. Include the A-E's Cage number. Solicitation packages are not provided, and no additional project information will be given to A-Es during the announcement period. This is not a Request for Proposal.
The POC for this procurement is Lillie V. Bodie, lillie.v.bodie@usace.army.mil.
DEPT OF DEFENSE
DEPT OF THE ARMY
US ARMY CORPS OF ENGINEERS
ENGINEER DIVISION GREAT LAKES AND OHIO
ENDIST HUNTINGTON
W072 ENDIST HUNTINGTON
W072 ENDIST HUNTINGTON
KO CONTRACTING OFFICE
502 EIGHTH STREET
HUNTINGTON, WV, 25701-5000
NAICS
Engineering Services
PSC
ARCHITECT AND ENGINEERING- GENERAL: LANDSCAPING, INTERIOR LAYOUT, AND DESIGNING
Set-Aside
No Set aside used