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), through its DSC Contracting Services Division, is seeking Architectural and Engineering (A&E) Services for a Midwest Region Indefinite Delivery Indefinite Quantity (IDIQ) contract. This Request for Qualifications (RFQ) is for a Total Small Business Set-Aside under NAICS 541330 (Engineering Services) with a $26 million size standard. The contract will support a broad range of A&E projects across the Midwest Region. Responses are due May 11, 2026, at 6:00 PM ET.
Purpose & Scope
This Multiple Award Task Order Contract (MATOC) IDIQ aims to secure A&E services for a five-year period, supporting NPS projects predominantly specializing in contemporary and/or historic architecture. Services include architecture, landscape architecture, civil, electrical, environmental, fire protection, geotechnical, mechanical, sanitary, and structural engineering. Additional disciplines like archeology, ABAAS, cost engineering, environmental compliance, geology, industrial hygiene, and interior design are also required. Project types span planning, analysis, compliance, environmental & engineering, architectural & design, historic preservation & cultural, infrastructure & civil, systems & utilities, and residential, recreational & specialized facilities. Firms must demonstrate expertise in all aspects of environmental engineering, including water/wastewater management, air pollution, waste management, EAs, and EIS. Primary geographic coverage includes North Dakota, South Dakota, Nebraska, Kansas, Arkansas, Missouri, Minnesota, Wisconsin, Illinois, Ohio, Indiana, Iowa, and Michigan, with rare nationwide secondary coverage.
Contract Details
- Contract Type: Firm-Fixed Price, Multiple Award Task Order Contract (MATOC) IDIQ.
- Period of Performance: 5-year base contract.
- Aggregate Ceiling: $150,000,000 for all task orders under this IDIQ pool.
- Maximum Task Order: $10,000,000.
- Guaranteed Minimum: $5,000 for the life of the contract.
- Set-Aside: Total Small Business Set-Aside.
- NAICS Code: 541330 - Engineering Services.
- SBA Size Standard: $26 million.
Submission Requirements & Evaluation
Firms must submit an official GSA SF 330 form (Rev 7/2021) electronically. The 40-page limit applies only to Section H of the SF330, with Section E resumes limited to 3 pages each; there is no overall page limit. Projects listed in Section F and Attachment 1 (Excel spreadsheet for private sector submissions) do not need to be the same. Past Performance Questionnaires (PPQs) should be submitted for each identified project, especially if CPARS are unavailable; the Contracting Officer will obtain CPARS. Subcontractor information pertains only to the Prime contractor. Evaluation will be based on Specialized Experience and Technical Competence, Past Performance, Capacity, Knowledge of Geographic Location, and Professional Qualification. Highly qualified firms will proceed to interviews and negotiations, followed by an RFP for proposal submission.
Key Dates
- Response Due Date: May 11, 2026, 6:00 PM ET.
- Contact: Stormy Gallagher (stormy_gallagher@nps.gov).