Architectural and Engineering Services (A/E) Indefinite Delivery Indefinite Quantity
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 Mission and Installation Contracting Command (MICC) - West Point, NY is seeking Architectural and Engineering (A-E) services through multiple Indefinite Delivery Indefinite Quantity (IDIQ) contracts. This procurement is a 100% Small Business Set-Aside for firms to support Sustainment, Restoration, and Modernization (SRM) and other construction programs at West Point, NY. Firms must submit an SF330, Architect-Engineer Qualifications, by May 29, 2026, 4:00 PM EST. This is a notice for qualification package submission, not a request for proposal.
Scope of Work
Services will include, but are not limited to:
- Planning, investigation, and design services
- Preparation of studies, reports, cost estimates, and technical analyses
- Development of construction drawings and specifications
- Construction Phase Services (Title II)
- Computer Aided Design and Drafting (CADD) services
- Environmental and Infrastructure-related services
Projects will primarily involve military installation facilities and infrastructure, including administrative, training, operational, and support facilities, as well as utility systems. Work may also include renovation, repair, alteration, and rehabilitation of existing historic facilities.
Contract & Timeline
- Contract Type: Multiple Indefinite Delivery Indefinite Quantity (IDIQ) contracts
- Number of Awards: Up to three (3) contracts
- Ordering Period: Not to exceed five (5) years
- Total Aggregate Capacity: Not to exceed $20,000,000.00
- Task Order Type: Firm Fixed Price
- NAICS Code: 541330 – Engineering Services
- Small Business Size Standard: $25,500,000.00
- Set-Aside: 100% Small Business
- Submission Deadline: May 29, 2026, 4:00 PM EST
- Published Date: May 5, 2026
Evaluation Criteria
Firms will be evaluated based on demonstrated competence and qualifications in accordance with FAR Subpart 36.6. The most highly qualified firms will be selected for negotiation. Factors are listed in descending order of importance:
- Specialized experience and technical competence in providing A-E services for renovation, repair, alteration, and rehabilitation of facilities and infrastructure.
- Professional qualifications of key personnel.
- Past performance.
- Capacity to accomplish the work.
- Knowledge of the locality.
- Volume of prior Department of War work.
Factors 1-4 are considered most critical. Firms should highlight recent (within 5 years) and relevant project experience in SF330, Section F, demonstrating multidisciplinary design capabilities, preparation of construction documents, coordination, and experience with government projects, especially those involving renovation/modernization in occupied environments.
Submission Requirements
Interested firms must submit a completed SF 330, Architect-Engineer Qualifications, electronically in PDF format to Lakenia Brown at lakenia.m.brown.civ@army.mil. Firms must be registered in the System for Award Management (SAM) to be eligible for award.
Additional Information
This announcement is for qualification submission only and does not constitute a commitment by the Government to issue a solicitation or award a contract.