$230M Regional AE Vertical Design MATOC
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The U.S. Army Corps of Engineers (USACE), Sacramento District (SPK), on behalf of the South Pacific Division (SPD), intends to solicit for a Multiple Award Task Order Contract (MATOC) for Vertical Architect-Engineer (A-E) Services. This MATOC has a total shared capacity of $230,000,000 and will include both an Unrestricted pool and a Small Business Reserve pool. The contract will support projects across the SPD Area of Responsibility, including California, Arizona, Nevada, Utah, New Mexico, and parts of Colorado, Oregon, Idaho, Wyoming, and Texas. This is a presolicitation notice for planning purposes.
Scope of Work
The MATOC will provide a full range of A-E services for primarily vertical construction projects, supporting Military Design, Interagency and International Services (IIS), and limited Civil Works (CW) programs. Services include:
- Pre-Design: Site investigations, planning charrettes, DD1391 preparation.
- Design: Parametric estimating, full and partial designs (plans and specifications), Design-Build Request for Proposals (RFPs).
- Construction Phase: Engineering During Construction (EDC), quality assurance, materials testing. Project types encompass repair/modernization of existing facilities, design of new facilities, utility systems, historic preservation, and sustainable design.
Contract & Timeline
- Contract Type: Multiple Award Task Order Contract (MATOC) with Firm-Fixed-Price task orders.
- Capacity: $230,000,000 total shared capacity.
- Ordering Period: One (1) base year with one (1) option year.
- Set-Aside: Unrestricted with a Small Business Reserve.
- Anticipated Awards: Approximately 6-9 Unrestricted IDCs and 3-5 Small Business Reserve IDCs.
- Anticipated Synopsis/Solicitation Issue: February 2026.
- Anticipated Award Date: First Quarter of FY 2027.
Technical Complexity
The work requires demonstrated experience in:
- Multi-discipline A-E design for vertical construction.
- Adherence to Department of Defense (DoD) and USACE design standards and criteria.
- Sustainable design principles, including LEED.
- Historic preservation and modernization of aging facilities.
- Management of multiple, concurrent task orders across various locations.
Procurement Strategy
The procurement will follow Brooks Act procedures (FAR Part 36). Selection will be based on demonstrated competence and qualifications, evaluated through submitted SF330 (Architect-Engineer Qualifications) packages.
Important Notes
This is a presolicitation notice for information and planning only; it does not constitute a solicitation. The Government will not pay for costs incurred in response. All dates and information are subject to change. Interested parties must monitor SAM.gov for the official solicitation.