C--USFWS- A&E, SEISMIC EVALUATIONS
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 (USFWS) is conducting a Request for Information / Sources Sought to identify qualified Architectural and Engineering (A/E) firms for seismic evaluations of existing buildings nationwide. This is for market research purposes only and is not a request for proposal. Responses will inform potential future set-aside decisions and refinement of requirements. Responses are due March 6, 2026.
Purpose
This announcement serves as market research to consider refinement of requirements, identify capable and responsible potential sources, and determine if the requirement can be fulfilled by mandatory sources or set-aside for small business or other socio-economic programs. Competitive, non-competitive, and set-aside decisions may be based on the results of this market research.
Scope of Work
The USFWS anticipates awarding two (2) Firm-Fixed Priced, Indefinite Delivery/Indefinite Quantity (IDIQ) contracts for A/E Services in accordance with FAR Subpart 36.6. The primary services required are Title I A/E services including:
- Evaluation of building structural, nonstructural, and foundation seismic hazards.
- Evaluation of geologic seismic site-hazards.
- Development of conceptual seismic mitigation measures.
- Rough order-of-magnitude estimation of mitigation costs.
- Production of seismic evaluation reports.
Services will involve Tier 1 or Tier 2 seismic evaluations of existing buildings at Service facilities located nationwide. While primarily Title I, the Government may request additional Title II or Title III A/E seismic engineering services. Performance may require A/E travel to regional offices and Service facilities throughout the continental U.S. and Alaska, with other services performed at the A/E's facilities.
Contract & Timeline
- Opportunity Type: Sources Sought / Request for Information
- Anticipated Contract Type: Two Firm-Fixed Priced IDIQ contracts
- Duration: Five-year multi-year contract
- Anticipated Annual Value: $5,000 up to $100,000 per contract
- NAICS Code: 541330, Engineering Services (Small Business Size Standard: $25.5 million)
- Set-Aside: None specified; open to all businesses regardless of size. Market research will inform potential set-aside decisions.
- Response Due: March 6, 2026, at 12:00 PM Eastern Time
- Published Date: February 23, 2026
Response Requirements
Interested businesses must submit a capability statement that includes:
- Unique Entity Identifier (UEI) number and business type (e.g., Large Business, Small Business, WOSB, SDVOSB, HUBZone, 8(a)).
- A statement detailing capacity to accomplish the required work.
Submission Details
Email capability statements with the subject line "140FGA26R0004-Seismic Evaluations IDIQ" to Thomas Ikner at thomas_ikner@fws.gov.