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

SOL #: W912DR26RA011Pre-Solicitation

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
Response Deadline
Dec 20, 2025, 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 (NAB) is soliciting Architect/Engineer (A/E) services for a Civil Works Multi-Discipline Multiple Award Task Order Contract (MATOC). This Total Small Business Set-Aside aims to establish approximately four (4) Indefinite Delivery/Indefinite Quantity (IDIQ) contracts with a combined capacity of $60 million. The MATOC will support various civil works water resource projects, excluding vertical facilities. SF 330 submissions are due by 11:00 AM EST on February 19, 2026.

Opportunity Overview

This MATOC will provide comprehensive A/E services for new construction, alterations, renovations, maintenance, repair, and minor construction projects. The scope primarily focuses on civil works water resource projects, supporting Civil Works, Interagency and International Services (IIS), Restoration and Modernization (SRM), and Major and Minor Military Construction (MILCON) Programs. Key areas include stream/shoreline/eco-system/coastal restoration, levee systems, flood risk management, feasibility studies, and various survey work. Services span both planning/design phases (e.g., plans/specifications, design-build RFPs, utility surveys, modeling, geotechnical investigations, permitting, cost estimates, value engineering) and construction phases (e.g., technical assistance, submittal reviews, RFIs, site visits, quality assurance, as-built reviews, O&M manuals). The primary place of performance is within the Baltimore District's area of responsibility, extending to the North Atlantic Division (NAD) of USACE.

Contract Details

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

Submission Requirements

Firms must be registered in SAM.gov and submit their SF 330 (Architect-Engineer Qualifications) electronically via the Procurement Integrated Enterprise Environment (PIEE) at https://piee.eb.mil. The submission deadline is 11:00 AM EST, February 19, 2026. This is not a request for price proposals. Firms must demonstrate capacity to accomplish up to three (3) task orders annually with an aggregate value of up to $2,500,000. Joint ventures must submit Part II of the SF 330 for the JV entity, include the JV agreement, and be actively registered in SAM.

Evaluation Criteria

Proposals will be evaluated based on the following primary factors, in descending order of importance:

  1. Specialized Experience and Technical Competence: Evaluated using SF 330 Section F and relevant information in Section H. "Completed project" is defined as when the contracted scope of work has been fully delivered.
  2. Professional Qualifications: Evaluated using SF 330 Section E and relevant information in Section H. Key personnel, who must be U.S. citizens, include various engineers (Civil, Hydraulic, Coastal, Geotechnical, Structural, Mechanical, Electrical, Environmental), Geologist, Land/Hydrographic Surveyors, GIS Specialist, Architect, Landscape Architect, Certified Value Specialist, Risk Analysis Facilitator, and Cost Estimator.
  3. Past Performance: Assessed using the U.S. Army Corps of Engineers (USACE) Past Performance Questionnaire (Form PPQ-0), which must be completed by clients and submitted with the proposal. Subcontractor work qualifies if directly performed and relevant.
  4. Capacity: Ability to handle multiple task orders.
  5. Knowledge of the Locality: Understanding of the project area. Secondary factors (tiebreakers) include Geographic Proximity and Equitable Distribution of Work. In-person interviews may be conducted for selected firms.

Key Dates & Contacts

People

Points of Contact

Files

Files

View
View
View
View

Versions

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