C--Nationwide A&E IDIQ For Dam Safety
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 U.S. Fish and Wildlife Service (FWS), under the Department of the Interior, is soliciting Architect and Engineering (A/E) Services for its Nationwide Dam Safety Program. This Request for Qualifications (RFQ) anticipates awarding up to four (4) Firm-Fixed Priced, Indefinite Delivery/Indefinite Quantity (IDIQ) contracts to support dam safety and civil engineering responsibilities across the Continental United States and Hawaii. Proposals are due April 10, 2026, by 12:00 PM EST.
Purpose & Scope of Work
The objective is to provide comprehensive technical support for FWS's dam safety program, including levees and other hydraulic structures. Services will cover approximately 16 high/significant-hazard dams and over 300 low-hazard dams. The scope includes, but is not limited to:
- Safety Evaluation of Existing Dams (SEED) Inspections
- Pre-Title I (Project Identification/Planning), Title I (Conceptual Design), Title II (Final Design), and Title III (Construction Management) services
- National Environmental Policy Act (NEPA) Compliance
- Preparation of Emergency Action Plans (EAPs)
- Risk analysis and Potential Failure Mode Analysis (PFMA)
- Engineering analyses, planning, design, construction supervision, repair, modification, new construction, and reconstruction.
- Field investigations, stability studies, hydraulic/hydrologic studies, biological/cultural studies, and Clean Water Act certification/permitting.
Contract Details
- Contract Type: Firm-Fixed Priced, Indefinite Delivery/Indefinite Quantity (IDIQ)
- Number of Awards: Up to four (4) contracts
- Contract Term: Five (5) year ordering period per contract
- Maximum Value: Not to exceed $20,000,000 per contract over the five-year period
- Minimum Guarantee: $500 per contract
Set-Aside & Eligibility
This is a Partial Small Business Set-Aside (FAR 19.5), utilizing a Full and Open Competition strategy with the intent to reserve at least two awards for small businesses. The NAICS Code is 541330 (Engineering Services) with a small business size standard of $25.5 million. Small business firms selected must comply with FAR 52.219-14, Limitations on Subcontracting. Offerors must be registered in SAM.
Submission Requirements & Key Dates
- Submission Method: Electronic submission of Standard Form 330 (SF 330) proposal.
- SF 330 Details: 60-page limit (excluding cover page and small business participation plan). Minimum 11pt font for Part I, 7pt for Part II.
- Proposal Due Date: April 10, 2026, by 12:00 PM EST
- Questions Due Date: March 31, 2026, by 12:00 PM EST
- Point of Contact: Sanford Carson, sanford_carson@fws.gov
Evaluation Factors
Proposals will be evaluated using adjectival ratings for non-price factors, in descending order of importance:
- Key Personnel, Professional Qualifications (SF 330, Part I, Section E & G)
- Specialized Experience and Technical Competence (Projects) (SF 330, Part I, Section F)
- Past Performance (SF 330, Part I, Section H)
- Capacity to accomplish the work
- General Project Approach (SF 330, Part I, Section H)
- Knowledge of Locality (SF 330, Part I, Section H) Selected firms will be scheduled for interviews.