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 Indefinite Delivery Indefinite Quantity (IDIQ) Construction Management Services. This Total Small Business Set-Aside contract aims to procure a broad range of construction management, quality assurance, and flood fight inspection services. 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 required services include planning, scheduling, and execution of construction management activities, quality assurance (including testing and inspection), preparation of cost estimates for changes, review of progress pay estimates, and submittal management. Contractors must provide and maintain a qualified workforce for construction inspection and testing, and deliver comprehensive construction management services for various projects within the New Orleans District.
Contract & Timeline
- 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)
- Proposal Due: February 6, 2026, 10:00 AM local time
- Published Date: February 3, 2026 (latest amendment)
Evaluation
Award will be made to the Lowest Priced Technically Acceptable (LPTA) offeror. Technical acceptability will be evaluated based on 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. Cost/Price will be evaluated using the provided bid schedule and estimated quantities.
Key Updates & Submission Requirements
Several amendments have been issued. The bid due date has not been extended and remains February 6, 2026, at 10:00 AM local time. Bidders were required to submit questions by January 21, 2026, with answers provided in a subsequent amendment. An updated fillable Past Performance Questionnaire (PPQ) PDF and Volume III: Price excel file were uploaded. Most recently, the Bid Schedule excel spreadsheet was updated on February 3, 2026, to correct erroneous formulas in the 6-month option period section. All amendments must be acknowledged and submitted with the bid.