USFWS_A-E Seismic Safety IDIQ - Buildings

SOL #: 140FGA26R0004Solicitation

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
Submission Deadline
Jun 2, 2026, 4:00 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) is soliciting proposals for Architect and Engineering (A-E) Services for Seismic Evaluations of Existing Buildings nationwide. This Request for Quotation (RFQ) anticipates awarding two (2) Firm-Fixed Priced, Indefinite Delivery/Indefinite Quantity (IDIQ) contracts, specifically set aside for Total Small Businesses. The purpose is to identify, quantify, and prioritize mitigation of seismically deficient buildings. Submissions are due June 2, 2026, by 12:00 PM EST.

Scope of Work

Services include comprehensive technical A-E support for seismic evaluations, encompassing:

  • Tier 1 Screening: Initial identification of potential seismic deficiencies.
  • Tier 2 Evaluation: Detailed analysis using simplified methods.
  • Title I Services: Project appraisal, conceptual design, field investigations, preliminary designs, and cost estimates.
  • Title II Services: Final design, detailed engineering analysis, and construction documents.
  • Title III Services: Construction management, inspection, and progress reporting.
  • Evaluation of structural, nonstructural, foundation, and geologic seismic hazards.
  • Development of conceptual seismic mitigation measures and cost estimations.

Contract Details

  • Contract Type: Firm-Fixed Priced, Indefinite Delivery/Indefinite Quantity (IDIQ).
  • Period of Performance: Five (5) year ordering period (1 base year + 4 option years).
  • Estimated Value: Not to exceed $500,000 per contract over five years.
  • Minimum Guarantee: $500 per contract.
  • Task Orders: Firm-fixed price, ranging from $12,000 to $75,000, awarded as needed.

Eligibility & Set-Aside

  • Set-Aside: Total Small Business Set-Aside (two awards).
  • NAICS Code: 541330, Engineering Services.
  • Small Business Size Standard: $25.5 million.

Submission & Evaluation

  • Submission Type: Standard Form (SF) 330, Architect-Engineer Qualifications.
  • Submission Deadline: June 2, 2026, by 12:00 PM EST.
  • Submission Method: Electronically via email to thomas_ikner@ios.doi.gov.
  • Questions Deadline: May 26, 2026, by 12:00 PM EST.
  • Evaluation Criteria: Primarily based on professional qualifications, specialized experience, technical competence, past performance, and capacity/management capabilities.

Additional Notes

Offerors must be registered in the System for Award Management (SAM) and possess a Unique Entity Identifier (UEI). Specific requirements for SF 330 submission, including page limits and font sizes, are detailed in the solicitation. Evaluations must adhere to ICSSC RP8 and EO 13717 standards.

People

Points of Contact

Ikner, ThomasPRIMARY

Files

Files

Download
Download

Versions

Version 4Viewing
Solicitation
Posted: May 1, 2026
Version 3
Pre-Solicitation
Posted: Apr 15, 2026
View
Version 2
Sources Sought
Posted: Feb 23, 2026
View
Version 1
Sources Sought
Posted: Feb 6, 2026
View