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 opportunity is a Total Small Business Set-Aside and will be awarded as a Lowest Priced Technically Acceptable (LPTA) procurement. The contract has a ceiling of $20,000,000.00 over five years, with a minimum guarantee of $10,000.00. Proposals are due by 10:00 AM local time on February 6, 2026.
Scope of Work
The selected contractor will provide a broad range of construction management, quality assurance activities, flood fight inspection capabilities, and related services. This includes, but is not limited to:
- Planning, scheduling, and execution of construction management services.
- Quality assurance activities, including testing and inspection.
- Preparation of cost estimates for changes, scheduling, and review/verification of progress pay estimates.
- Submittal management.
- Providing and maintaining a qualified and experienced workforce.
- Performing construction inspection and testing.
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)
- Product Service Code: R425 (Engineering And Technical Services)
Submission & Evaluation
Proposals must be submitted electronically. Evaluation will be based on Technical Acceptability and Lowest Price.
- Technical Acceptability 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) and estimated quantities.
Key Dates & Amendments
- Bid Due Date: February 6, 2026, 10:00 AM local time (confirmed by Amendment 3).
- Bidder Questions Deadline: January 21, 2026, 1:00 PM local time (established by Amendment 1).
- Amendment 2 (Jan 28, 2026): Provided answers to contractor questions and uploaded updated fillable PPQ PDF and Volume III: Price excel file.
- Amendment 3 (Jan 29, 2026): Clarified that the bid due date has not been extended and remains February 6, 2026.
Important Attachments
- W912P826RA0007-CM Services Bid Schedule.xlsx: Detailed pricing sheet for various labor categories, testing, resources, and vehicles, crucial for developing pricing proposals.
- Updated PPQ.pdf: The NAVFAC / USACE Past Performance Questionnaire (Form PPQ-0), essential for client feedback on past projects to be submitted with proposals.
Bidders must acknowledge all amendments and submit them with their bid.