$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), on behalf of the Department of Defense, is soliciting proposals for a $238M Multiple Award Task Order Contract (MATOC) for Architect-Engineering (A-E) services for Civil Works Projects. This Unrestricted acquisition with a Small Business Reserve seeks horizontal design A-E services across the South Pacific Division. Proposals are due March 2, 2026, at 2:00 PM Pacific Daylight Time (PDT).
Scope of Work
This MATOC will provide a full spectrum of horizontal design A-E services for Civil Works Projects, including engineering during construction and projects with incidental vertical design, such as Hazardous, Toxic, and Radioactive Wastes (HTRW). Services encompass interdisciplinary design (feasibility to construction plans/specifications), design of structures like dams, levees, bridges, pump stations, and utility systems, as well as foundation improvement and landslide stabilization. Deliverables include various engineering reports (DDR, BOD, O&M), data analysis and modeling (materials, seismicity, hydrology), investigations (surveying, drilling, testing), data management, alternatives analysis, infrastructure inspections, and risk assessments. Project supporting efforts may also include environmental, wetland, wildlife, habitat, and historical assessments. All work must comply with U.S. national codes, UFC, DoD Criteria, and USACE Engineering Regulations, utilizing software such as CADD, GIS, OGC, MII-MCACES, and DrChecks. Anti-Terrorism and Operations Security (AT/OPSEC) requirements, including E-Verify, may apply to specific task orders.
Contract Details
- Contract Type: Multiple Award Task Order Contract (MATOC) / Indefinite Delivery Contract (IDC)
- Shared Capacity: $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 Awards: Anticipated seven (7) IDCs (3 for small business reserve, 4 for unrestricted pool), with discretion to adjust to twelve (12) awards.
- Period of Performance: Sixty-six (66) month ordering period (5-year base + 6-month option).
- Award Anticipated: Quarter 4 of Fiscal Year 2026.
- Place of Performance: Primarily within the Sacramento District's civil works boundaries (CA, NV, AZ, UT, OR, ID, CO, TX) and military boundaries (CA, NV, UT, NM, AZ), and potentially other South Pacific Division districts.
Eligibility & Set-Aside
This is an Unrestricted acquisition with a Small Business Reserve. Firms must be registered in SAM.gov for contract award, though not required for SF330 submission. Cybersecurity Maturity Model Certification (CMMC) is not required for the base MATOC but may be mandated for individual task orders. Large A-E Firms must submit credible plans demonstrating how they will meet small business subcontracting goals, with a minimum of 40% of the subcontract amount going to small businesses, including specific targets for SDB, WOSB, and SDVOSB. 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: March 2, 2026, 2:00 PM Pacific Daylight Time (PDT).
- Submission Method: Electronic PDF proposal of SF330 (Architect-Engineer Qualifications) via the USACE Procurement Integrated Enterprise Environment (PIEE) website (https://piee.eb.mil/) ONLY.
- Evaluation Criteria (Descending Order of Importance):
- Specialized Experience (max 10 projects, 20 post-award)
- Professional Qualifications (resumes limited to 2 pages each)
- Past Performance
- Capacity to Complete the Work
- Knowledge of Locality (Tiebreaker)
- Page Limits: SF330 proposal limited to 150 pages (excluding Part II, JV agreements, CPARS, PPQs); sample projects limited to 4 pages each.
- Interviews: May be conducted via Microsoft TEAMS.
- Questions: Must be submitted via the ProjNet Bidder Inquiry Portal (http://www.projnet.org/projnet) by a specified deadline.
Additional Notes
The Request for Price Proposal (RFPP) documents will be electronic only. Contact Sean Summer at sean.a.summer@usace.army.mil or 916-557-7228 for inquiries.