Construction Management Services, U.S. Army Corps of Engineers, New Orleans District, Indefinite Delivery Indefinite Quantity (IDIQ)
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. Army Corps of Engineers (USACE), New Orleans District, is soliciting proposals for Construction Management Services under an Indefinite Delivery Indefinite Quantity (IDIQ) contract. This Total Small Business Set-Aside opportunity aims to secure a broad range of construction management, quality assurance, and flood fight inspection capabilities. The contract has a ceiling of $20,000,000.00 over five years and will be awarded on a Lowest Priced Technically Acceptable (LPTA) basis. Proposals are due by February 6, 2026.
Scope of Work
The selected contractor will provide comprehensive construction management services, including planning, scheduling, and execution of activities. This encompasses quality assurance, testing, inspection, preparation of cost estimates for changes, review and verification of progress pay estimates, and submittal management. Services also include providing and maintaining a qualified workforce for construction inspection and testing, and general construction management support for various projects within the USACE New Orleans District.
Contract Details
- Contract Type: Indefinite Delivery/Indefinite Quantity (IDIQ)
- Contract Ceiling: $20,000,000.00
- Minimum Guarantee: $10,000.00
- Period of Performance: Five (5) years, or until the ceiling is met.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- Award Basis: Lowest Priced Technically Acceptable (LPTA)
Submission & Evaluation
Proposals must be submitted electronically. Evaluation will focus on Technical Acceptability and Lowest Price. Technical factors include the Management Plan, Quality Program, Staffing Plan and Staff Qualifications, Safety Program, Invoicing and Payments, and Letter(s) of Commitment from Subcontractor(s). Past Performance will be evaluated for the prime contractor only, based on similar contracts within the last five years, utilizing the provided NAVFAC/USACE Past Performance Questionnaire (PPQ). Cost/Price will be evaluated based on the detailed bid schedule (W912P826RA0007-CM Services Bid Schedule.xlsx), which outlines estimated quantities for labor, testing, equipment, and other resources.
Key Updates
The solicitation has been amended to provide answers to contractor questions and to upload an updated fillable PPQ PDF and Volume III: Price excel file. Bidders are required to acknowledge all amendments with their bid submission.
Contact Information
For inquiries, contact Evan Woitha at evan.g.woitha@usace.army.mil or 504-862-1214, or Karen D. Hargrave at karen.d.hargrave@usace.army.mil or 504-862-1561.