$238M SPK Civil Works AE 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), South Pacific Division (SPD), is soliciting for a $238M Multiple Award Task Order Contract (MATOC) for Architect-Engineer (A-E) services supporting Civil Works Projects. This Indefinite Delivery Contract (IDC) will provide horizontal design A-E services, with incidental vertical design, and has a total shared capacity of $238,000,000.00. Proposals are due February 23, 2026, at 1400 PST.
Scope of Work
This MATOC will cover a full spectrum of design disciplines and services for Civil Works Projects, including engineering during construction and Hazardous, Toxic, and Radioactive Wastes (HTRW) projects. Task orders may encompass:
- Interdisciplinary design for new or remediation of existing structures.
- Feasibility level design, plans, and specifications.
- Design of dams, levees, bank protection, seepage and stability berms, relief wells, mechanical gates, outlet structures, pump stations, bridges, roads, utility systems, foundation improvement, landslide stabilization, dewatering, and flood risk reduction projects.
- Engineering Reports (e.g., DDR, BOD, ECIFP, O&M).
- Data analysis and modeling (materials property, seismicity, seepage, soil/rock slope stability, blasting, erosion, hydrologic/hydraulic analysis).
- Investigations, data collection, and testing (surveying, bathymetry, photogrammetry, drilling, geophysics, pump tests, lab testing).
- Data Management, alternatives analysis, infrastructure inspections, and risk assessments.
- Project supporting efforts including environmental, wetland, wildlife, habitat, and historical assessments.
Technical aspects must comply with U.S. national codes, regulations, USGS Criteria, UFC, DoD Criteria and Standards, and USACE Engineering Regulations. Required software includes CADD, GIS, OGC, MII-MCACES, and DrChecks. Anti-Terrorism and Operations Security (AT/OPSEC) requirements may apply.
Contract Details
- Contract Type: Multiple Award Task Order Contract (MATOC) / Indefinite Delivery Contract (IDC)
- Contract Size: Shared capacity of $238,000,000.00
- Task Order Range: Estimated $80,000 to $30,000,000.00
- Guaranteed Minimum Award: $10,000.00 per IDC
- Number of Contracts: Anticipate awarding approximately seven (7) IDCs (3 for small business reserve, 4 for unrestricted), with a target of 12.
- Period of Performance: Sixty-six (66) month ordering period (5-year base + 6-month extension).
- Award Anticipated: Quarter 4 of Fiscal Year 2026.
Set-Aside & Eligibility
This is an unrestricted acquisition with a Small Business Reserve. Large A-E Firms must demonstrate credible plans to meet small business subcontracting goals (minimum 40% of subcontract amount to small businesses, including specific goals for SDB, WOSB, and SDVOSB). Firms must be registered in SAM.gov prior to price proposal submission. Required disciplines for evaluation include Project Management, Civil Site Engineering, Geotechnical Engineering, Geologist, Structural Engineering, Mechanical Engineering, Electrical Engineering, Geophysicist, Cost Engineering, Hydrologic Engineering, Hydraulic Engineering, GIS Specialist, and Landscape Architecture.
Submission & Evaluation
- Submission Deadline: February 23, 2026, at 1400 hrs Pacific Standard Time (PST).
- Submission Method: Electronic PDF proposal via the USACE Procurement Integrated Enterprise Environment (PIEE) website (https://piee.eb.mil/). Firms must submit a complete PDF of their SF330 (Architect-Engineer Qualifications) proposal, adhering to specific file naming conventions and formatting requirements.
- Evaluation Criteria (Descending Order of Importance):
- A. Specialized Experience
- B. Professional Qualifications
- C. Past Performance
- D. Capacity to Complete the Work
- E. Knowledge of Locality (Secondary/Tiebreaker)
Additional Notes
Questions and comments must be submitted via the Bidder Inquiry Portal in ProjNet (http://www.projnet.org/projnet) no later than 10 calendar days prior to the synopsis closing date. Interviews may be held via Microsoft TEAMS. Hourly rates will be established following negotiations resulting from the Request for Price Proposal (RFPP).