Civil Works Multi-Discipline Architect/Engineer (A/E) Multiple Award Task Order Contract (MATOC)

SOL #: W912DR26RA011Special Notice

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Army
W2SD ENDIST BALTIMORE
BALTIMORE, MD, 21201-2526, United States

Place of Performance

Place of performance not available

NAICS

Engineering Services (541330)

PSC

Other Architect And Engineering Services (C219)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Nov 17, 2025
2
Last Updated
Feb 4, 2026
3
Action Date
Feb 17, 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. Army Corps of Engineers (USACE) Baltimore District is soliciting Architect/Engineer (A/E) qualifications for a Civil Works Multi-Discipline Multiple Award Task Order Contract (MATOC). This Total Small Business Set-Aside opportunity aims to award approximately four (4) Indefinite Delivery/Indefinite Quantity (IDIQ) contracts for various civil works projects. SF 330 submissions are due by 11:00 AM EST on February 17, 2026.

Scope of Work

This MATOC will cover a broad range of A/E services for civil works water resource projects, excluding vertical facilities. Services include new construction, alterations, renovations, maintenance and repair, and minor construction. Projects will support Civil Works, Interagency and International Services (IIS), Restoration and Modernization (SRM), and Major and Minor Military Construction (MILCON) Programs.

Contract Details

  • Contract Type: Indefinite Delivery/Indefinite Quantity (IDIQ) MATOC
  • Ordering Period: Five (5)-year base period with an optional six (6) month extension
  • Estimated Start Date: July 10, 2025
  • Total Contract Capacity: $60,000,000 shared among all awarded firms
  • Minimum Task Order Guarantee: $5,000
  • Maximum Individual Task Order Value: $15,000,000
  • NAICS Code: 541330 (Engineering Services), Small Business Size Standard: $25.5M
  • PSC Code: C219 (Architect and Engineering – General: Other)

Eligibility & Submission

This is a Total Small Business Set-Aside, making any small business eligible to submit qualifications. Firms must be registered in the System for Award Management (SAM) at https://www.sam.gov. Submissions of the SF 330 (Architect-Engineer Qualifications) must be made electronically via the Procurement Integrated Enterprise Environment (PIEE) at https://piee.eb.mil.

Evaluation Criteria

Firms will be evaluated primarily on:

  1. Specialized Experience and Technical Competence
  2. Professional Qualifications
  3. Past Performance
  4. Capacity
  5. Knowledge of the Locality Secondary factors, such as Geographic Proximity and Equitable Distribution of Work, will serve as tiebreakers. In-person interviews will be conducted for selected A/E firms.

Key Requirements

Required specialized experience includes feasibility studies, engineering design, detailed plans/specifications for inland/coastal civil works, survey work, soil surveys, SPECS INTACT, AutoCAD, Civil 3D, cost estimating, value engineering, H&H software, risk analysis, post-design construction management, and quality management plans. Key personnel requirements span various engineering disciplines (Civil, Hydraulic, Coastal, Geotechnical, Structural, Mechanical, Electrical, Environmental), surveying, GIS, architecture, landscape architecture, and specialized roles like Certified Value Specialist and Risk Analysis Facilitator. Firms must demonstrate capacity to accomplish up to three (3) task orders annually with an aggregate value of up to $2,500,000.

Important Dates

  • SF 330 Submission Deadline: February 17, 2026, at 11:00 AM EST.

Additional Notes

This is not a request for price proposals. CMMC (Cybersecurity Maturity Model Certification) requirements will be determined at the task order level. An amendment providing official RFI responses and a revised synopsis is anticipated soon.

People

Points of Contact

Files

Files

View
View
View
View
View
View
View
View

Versions

Version 7
Special Notice
Posted: Feb 4, 2026
View
Version 6Viewing
Special Notice
Posted: Jan 30, 2026
Version 5
Special Notice
Posted: Dec 30, 2025
View
Version 4
Pre-Solicitation
Posted: Dec 17, 2025
View
Version 3
Pre-Solicitation
Posted: Dec 10, 2025
View
Version 2
Pre-Solicitation
Posted: Dec 3, 2025
View
Version 1
Pre-Solicitation
Posted: Nov 17, 2025
View