C--INTERMOUNTAIN/PACIFIC WEST Region Architectural and Engineering (A&E) Services
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 National Park Service (NPS), Denver Service Center (DSC), an agency of the Department of the Interior, has issued a Request for Qualifications (RFQ) for Architectural and Engineering (A&E) Services within the Intermountain/Pacific West Region. This is a pre-solicitation synopsis for a Multiple Award Task Order Contract (MATOC) / Indefinite Delivery Indefinite Quantity (IDIQ), conducted under the Brooks Act, and is designated as a Total Small Business Set-aside. Qualified firms are sought to provide multi-disciplinary A&E design services. Statements of Qualifications are due by June 21, 2026.
Scope of Work
The contract will support a variety of projects across 13 states (Arizona, Colorado, Idaho, Montana, Nevada, New Mexico, Utah, Wyoming, California, Hawaii, Oregon, Washington, Alaska), primarily specializing in contemporary and/or historic architecture. Firms must demonstrate expertise in core disciplines including architecture, landscape architecture, civil, electrical, environmental, fire protection, geotechnical, mechanical, sanitary, and structural engineering. Additional disciplines may include anthropology, archeology, ABAAS, construction administration, cost engineering, and environmental planning. Required services encompass AutoCAD, BIM, GIS, project scheduling, and potentially incidental services. Project types include Planning, Analysis & Compliance; Environmental & Engineering Services; Architectural & Design Services; Historic Preservation & Cultural Projects; Infrastructure & Civil Projects; and Systems & Utilities. Familiarity with NPS conservation values, historic preservation standards, ABAAS, and sustainable design principles is essential.
Contract Details
- Contract Type: Firm-Fixed Price, IDIQ.
- Base Period: Five years.
- Total Aggregate Limit: The total aggregate for all task orders under all contracts in this IDIQ pool shall not exceed $150,000,000.
- Guaranteed Minimum: $5,000 for the life of each awarded contract.
- Set-Aside: Total Small Business Set-aside.
- NAICS Code: 541330 Engineering Services.
- SBA Size Standard: $25.5 million.
Submission & Evaluation
This is an RFQ, not an RFP, and funds are not currently available. All questions must be submitted via email by May 8, 2026, 12:00 PM Mountain Time. Responses (Statements of Qualifications) are due by email no later than June 21, 2026, 12:00 PM Mountain Time. Firms must use the official GSA SF 330 form (Architect-Engineer Qualifications) for submission. Evaluation will be based on five primary factors: Specialized Experience and Technical Competence, Past Performance (supported by a Past Performance Questionnaire), Capacity, Knowledge of the Geographic Location, and Professional Qualification. At least three highly qualified firms will be selected for interviews and potential negotiations for an IDIQ contract, with a subsequent RFP issued to these top firms.
Eligibility & Important Notes
Firms must be registered in the System for Award Management (SAM). Proposed teams must have at least one person licensed in each required discipline, or be able to obtain licensure within 30 days of task order issuance. Firms must perform at least 50 percent of the total cost of performance using their own employees or those of similarly situated small business concerns. No reimbursement will be provided for RFQ participation costs. Not responding to this RFQ will not preclude participation in the subsequent RFP. Amendments will be posted to SAM.gov.
Contact: Edwin Berry, edwin_berry@contractor.nps.gov, 303-969-2288.