Architect-Engineer (A-E) Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (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 Naval Surface Warfare Center Indian Head Division (NSWC IHD) is conducting a Sources Sought to identify qualified Architect-Engineer (A-E) firms for a competitive Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC). This market research aims to inform the creation of three separate A-E IDIQ MATOCs for General, Industrial, and Mechanical A-E Services. Responses are due by February 4, 2026, at 2:00 PM EST.
Purpose & Scope
This is an informational Sources Sought Notice, not a Request for Proposal. NSWC IHD seeks to identify firms capable of providing professional, multi-discipline A-E services. The intent is to establish three distinct MATOCs, each focusing on one of the following disciplines: General A-E Services, Industrial A-E Services, and Mechanical A-E Services. The information gathered will facilitate the government's decision-making process for an ultimate acquisition approach.
Key Requirements
Firms must demonstrate expertise and successful performance in one or more of the specified functional areas over the past five years, including evidence of positive past performance evaluation ratings. Capabilities statements should showcase capacity through in-house resources or strategic teaming arrangements to perform the full spectrum of A-E services. The North American Industrial Classification System (NAICS) Code is 541330, Engineering Services, with a small business size standard of $25.5M.
Contract Details
The proposed acquisitions will be competitive, Firm-Fixed-Price (FFP) IDIQ contracts. Each MATOC is anticipated to have a five-year ordering period (a two-year base period plus three one-year option years). The aggregate value for all contract holders per contract vehicle is expected to be up to $98,000,000. The government intends to award five to eight contracts under each MATOC.
Submission Instructions
Interested contractors must submit a brief capabilities statement package, not exceeding 8 single-sided pages (or 4 double-sided pages), single-spaced, with a 12-point font minimum. The email subject line must include the firm's name. Submissions must include the firm's name, address, phone number, Point of Contact (POC) details, business POC phone number, and SAM.gov UEI and/or CAGE code number(s) using the provided Contractor Information Form (Enclosure 1). Responses are due electronically by 2:00 PM (EST) on Wednesday, February 04, 2026, to Brooke Norris at erin.b.norris.civ@us.navy.mil. A Standard Form (SF) 330 is not required at this time. No telephone calls, hardcopies, or facsimiles will be accepted.
Eligibility & Set-Aside
Set-aside decisions will be made based on the responses received. The government is seeking to ensure adequate competition from responsible firms, including Small Business, Section 8(a), Small Disadvantaged Business (SDB), Historically Underutilized Business Zones (HUBZone), Service-Disabled Veteran-Owned Small Business (SDVOSB), or Woman-Owned Small Business (WOSB). Firms must be registered in the SAM.GOV database under the appropriate NAICS codes to be eligible for award. The U.S. Government reserves the right to establish this acquisition as a 100% set-aside based on responses.
Additional Notes
This is a Sources Sought Notice only; evaluation letters will not be issued, and no award will be made as a direct result of this market survey. Interested parties are responsible for monitoring SAM.GOV for additional information.