C--Midwest Region Architectural and Engineering (A&E) Services IDIQ
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 is seeking Architectural and Engineering (A&E) Services for a Multiple Award Task Order Contract (MATOC) Indefinite Delivery Indefinite Quantity (IDIQ) for its Midwest Region. This Request for Qualifications (RFQ) is issued under the Brooks Act and FAR Subpart 36.6. Firms will be selected for an IDIQ contract to support a broad range of A&E projects. Responses are due May 5, 2026, at 12:00 PM Mountain Time.
Scope of Work
This IDIQ will cover A&E projects primarily specializing in contemporary and/or historic architecture across the Midwest Region, including North Dakota, South Dakota, Nebraska, Kansas, Arkansas, Missouri, Minnesota, Wisconsin, Illinois, Ohio, Indiana, Iowa, and Michigan. Services require expertise in various disciplines such as architecture, landscape architecture, civil, electrical, environmental, fire protection, geotechnical, mechanical, sanitary, and structural engineering. Additional disciplines include archeology, ABAAS, cost engineering, environmental compliance, geology, industrial hygiene, and interior design. Project types encompass planning, analysis, compliance, environmental & engineering services, architectural & design services, historic preservation & cultural projects, infrastructure & civil projects, systems & utilities, and residential, recreational & specialized facilities. Required capabilities include AutoCAD, BIM, Revit, GIS, project scheduling, and potentially hazardous material abatement and restoration. Firms must demonstrate familiarity with the Secretary of the Interior's Standards for Archeology and Historic Preservation, ABAAS, and sustainable design principles.
Contract Details
This is a Firm-Fixed Price MATOC IDIQ with a base period of five years. The total aggregate value for all task orders under this IDIQ pool shall not exceed $150,000,000. The maximum ordering limitation for each awarded contract is $150,000,000, with individual task orders not exceeding $10,000,000. A guaranteed minimum of $5,000 is provided for the life of the contract.
Submission & Evaluation
Firms must submit an official GSA SF 330 form electronically via email. Evaluation will be based on five factors: Specialized Experience and Technical Competence, Past Performance, Capacity, Knowledge of the Geographic Location, and Professional Qualification. Following initial evaluation, at least three highly qualified firms will be interviewed and subsequently selected for negotiations. A Phase II Request for Proposal (RFP) will be issued to the top firms for proposal submission and negotiation. Projects listed in Section F and Section H of the SF330 should be the same. Past Performance Questionnaires (PPQs) should be submitted for each identified project, while the Contracting Officer will obtain CPARS. Section H has an overall 40-page limit. An Excel spreadsheet (Attachment #1) for supporting documentation will not count towards the 40-page limit.
Eligibility & Key Dates
This procurement is a Small Business Set-Aside. The NAICS Code is 541330 – Engineering Services, with a size standard of $26 million. Firms must be registered in the System for Award Management (SAM). All questions must be submitted via email by April 15, 2026, to Stormy Gallagher at stormy_gallagher@nps.gov. Responses will be posted on SAM.gov. The submission deadline for qualifications is May 5, 2026, at 12:00 PM Mountain Time.