$230M USACE South Pacific Division (SPD) Regional AE Vertical Design MATOC

SOL #: W9123826RA007Combined Synopsis/Solicitation

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Army
W075 ENDIST SACRAMENTO
SACRAMENTO, CA, 95814-2922, United States

Place of Performance

Sacramento, CA

NAICS

Engineering Services (541330)

PSC

Other Architect And Engineering Services (C219)

Set Aside

No set aside specified

Timeline

1
Posted
Jan 27, 2026
2
Last Updated
Mar 4, 2026
3
Submission Deadline
Mar 9, 2026, 9:00 PM

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) South Pacific Division (SPD) is soliciting for a $230M Regional Architect-Engineer (A-E) Vertical Design Multiple Award Task Order Contract (MATOC). This opportunity seeks A-E services for vertical design across the SPD's Area of Responsibility (AOR), supporting military, interagency, and civil works programs. The acquisition is Unrestricted with a Small Business Reserve, with approximately 3-5 IDCs reserved for small businesses. Proposals are due March 9, 2026, at 2:00 PM Pacific Standard Time (PST).

Scope of Work

The primary focus is on Vertical Design A-E services, encompassing pre-design, design, and construction phase services. This includes support for Military Design, Interagency and International Services (IIS), limited Civil Works (CW), and Southern Border Security missions. Project types cover a wide range of facilities, including operations and training, maintenance, RDT&E, supply, medical, administrative, housing, and utility facilities. All design work must comply with U.S. national codes, Unified Facilities Criteria (UFC), DoD Criteria and Standards, and USACE Engineering Regulations. Offerors must be proficient in various software, including CADD, BIM, and GIS. Anti-Terrorism/Operations Security (AT/OPSEC) requirements, including E-Verify, may apply to military or critical infrastructure projects.

Contract Details

  • Contract Type: Indefinite Delivery Contract (IDC), Multiple Award Task Order Contract (MATOC).
  • Shared Capacity: $230,000,000.00.
  • Estimated Task Order Range: $250,000 to $5,000,000.00.
  • Guaranteed Minimum Award per IDC: $10,000.00.
  • Number of Awards: Approximately six (6) to nine (9) Unrestricted and three (3) to five (5) Small Business IDCs.
  • Period of Performance: Anticipated award in Q1 FY2027. IDC duration is one (1) year base plus one (1) option year, with potential for a six (6) month extension. Performance is expected from FY27 – FY28.
  • Place of Performance: USACE South Pacific Division (SPD) geographical boundaries, including CA, NV, UT, NM, AZ, and portions of OR, ID, CO, TX, WY.
  • NAICS Code: 541330 (Engineering Services).

Submission & Evaluation

  • Submission Deadline: March 9, 2026, at 2:00 PM Pacific Standard Time (PST).
  • Submission Method: Electronically via the Procurement Integrated Enterprise Environment (PIEE) website (https://piee.eb.mil/).
  • Proposal Format: One (1) complete PDF of the SF330 (Architect-Engineer Qualifications). Firms must submit no more than ten (10) example projects.
  • Evaluation Criteria (Primary, descending order): Specialized Experience and Technical Competence, Professional Qualifications, Past Performance, Work Management Plan, Knowledge of Locality.
  • Evaluation Criteria (Secondary/Tie-breakers): Small Business Participation Plan, Equitable Distribution of DOD Contracts.
  • Key Personnel: Must demonstrate at least five (5) years of design experience.
  • Inquiries: Must be submitted via the Bidder Inquiry Portal in ProjNet (http://www.projnet.org/projnet) no later than 10 calendar days prior to the closing date.

Eligibility & Set-Aside

  • Set-Aside: Unrestricted with a Small Business Reserve. Approximately 3-5 IDCs will be reserved for Small Businesses.
  • SAM Registration: Required by the time of price proposal submission.
  • Small Business Participation: Mandatory minimum 33% of total contract value, with specific goals for SDB, WOSB, HUBZone, SDVOSB, and VOSB.
  • CMMC: Not required for the base MATOC, but may be required for individual task orders.

People

Points of Contact

Files

Files

Download
View
View
View
View
Download

Versions

Version 10
Combined Synopsis/Solicitation
Posted: Mar 4, 2026
View
Version 9
Combined Synopsis/Solicitation
Posted: Feb 24, 2026
View
Version 8
Combined Synopsis/Solicitation
Posted: Feb 24, 2026
View
Version 7Viewing
Combined Synopsis/Solicitation
Posted: Feb 9, 2026
Version 6
Combined Synopsis/Solicitation
Posted: Feb 9, 2026
View
Version 5
Solicitation
Posted: Feb 6, 2026
View
Version 4
Combined Synopsis/Solicitation
Posted: Feb 6, 2026
View
Version 3
Pre-Solicitation
Posted: Jan 29, 2026
View
Version 2
Pre-Solicitation
Posted: Jan 28, 2026
View
Version 1
Pre-Solicitation
Posted: Jan 27, 2026
View