C--USFWS - A-E BUILDING SEISMIC SAFETY INSP. IDIQ

SOL #: 140FGA26R0004Pre-Solicitation

Overview

Buyer

Interior
Us Fish And Wildlife Service
FWS, SAT TEAM 1
Falls Church, VA, 22041, United States

Place of Performance

Place of performance not available

NAICS

Engineering Services (541330)

PSC

Architect And Engineering Construction: Highways, Roads, Streets, Bridges, And Railways (C1LB)

Set Aside

No set aside specified

Timeline

1
Posted
Feb 6, 2026
2
Last Updated
May 1, 2026
3
Response Deadline
May 1, 2026, 9:00 PM

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) anticipates awarding two (2) Firm-Fixed Price, Indefinite Delivery/Indefinite Quantity (IDIQ) contracts for Architectural and Engineering (A/E) Services focused on building seismic safety inspections nationwide. This Total Small Business Set-Aside presolicitation outlines the requirement for A/E services to evaluate seismic hazards and develop mitigation measures for Service facilities. The formal solicitation is expected to be issued on or around May 4, 2026.

Scope of Work

The A/E services will primarily involve Title I services, including the evaluation of building structural, nonstructural, and foundation seismic hazards, as well as geologic seismic site-hazards. Key tasks include developing conceptual seismic mitigation measures, providing rough order-of-magnitude cost estimations, and producing comprehensive seismic evaluation reports. While primarily for Title I, the contract may also require additional Title I, Title II, or Title III A/E seismic engineering services. Contractors will be required to complete Tier 1 or Tier 2 seismic evaluations of existing buildings across Service facilities nationwide, adhering to current national consensus codes and standards referenced in EO 13717.

Contract & Timeline

  • Opportunity Type: Presolicitation
  • Contract Type: Firm-Fixed Price IDIQ
  • Number of Awards: Two (2)
  • Duration: One Base Year + Four Option Years (total of five years if options exercised)
  • Anticipated Value: $5,000 to $100,000 annually
  • Set-Aside: Total Small Business
  • NAICS Code: 541330 (Small Business Size Standard: $25.5 million)
  • Procurement Method: FAR Part 36.6 and Brooks Act selection procedures for A/E services
  • Anticipated Solicitation Release: On or around May 4, 2026, via SAM.gov
  • Published Date: April 15, 2026
  • Response Date for Presolicitation: May 1, 2026

Evaluation Factors

Awards will be based on best value, considering the following factors (to be detailed in the solicitation):

  • Past Performance
  • Key Personnel
  • Specialized Experience and Technical Competency
  • Adequacy of Resources

Additional Information

The previous award contract for these services was 140F0519D0001. Interested parties should monitor SAM.gov for the formal solicitation.

Contact: Thomas Ikner, Contracting Specialist thomas_ikner@fws.gov

People

Points of Contact

Ikner, ThomasPRIMARY

Files

Files

No files attached to this opportunity

Versions

Version 4
Solicitation
Posted: May 1, 2026
View
Version 3Viewing
Pre-Solicitation
Posted: Apr 15, 2026
Version 2
Sources Sought
Posted: Feb 23, 2026
View
Version 1
Sources Sought
Posted: Feb 6, 2026
View
USFWS_A-E Seismic Safety IDIQ - Buildings | GovScope