Environmental and Planning IDC/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), San Francisco District (SPN), is conducting a Sources Sought / Request for Information (RFI) for an Architect-Engineer (A-E) Environmental and Planning Indefinite Delivery/Indefinite Quantity (IDIQ) contract. This is for market research purposes only and is not a solicitation for proposals. The goal is to identify qualified firms capable of providing comprehensive environmental, planning, and engineering services to support Civil Works activities. Responses will inform acquisition planning decisions, including potential set-asides. Responses are due by March 6, 2026, at 1 PM PST.
Scope of Work
The A-E services will support Civil Works activities and Interagency and International Support (IIS) projects, primarily within the USACE South Pacific Division boundaries (CA, NV, UT, AZ, NM, and portions of OR, ID, CO, WY). Key service areas include:
- Environmental Services: Preparation of National Environmental Policy Act (NEPA) documents (EIS, EA, CE), associated environmental compliance, resource surveys (biological, habitat, wetland delineations), sediment suitability analyses, cultural/historic resource studies, air quality assessments, and obtaining environmental permits (e.g., CWA, CZMA).
- Planning and Economic Services: Leading interdisciplinary teams through USACE's SMART planning process, identifying problems/opportunities, formulating alternative plans, conducting benefit-cost and incremental cost analyses (using IWR Planning Suite), evaluating plan metrics, performing economic studies (e.g., HEC-FDA, HEC-FIA models), and developing planning reports.
- Engineering Services: Developing designs, design documentation, and cost estimates for natural and nature-based measures (e.g., beneficial-reuse of dredged materials, horizontal levees), structural measures (e.g., levees, channel modification), and non-structural measures. This also includes preparing plans/specifications for construction, MCACES MII cost estimates, hazardous, toxic, radiological waste (HTRW) assessments, and utilizing GIS/CADD tools.
Contract & Timeline
- Contract Type: Sources Sought / RFI for an A-E Environmental and Planning IDC/IDIQ.
- Period of Performance: Base period of three (3) years, plus one (1) two-year option, for a total of five (5) years.
- Estimated Capacity: Not to exceed an estimated $20,000,000.00.
- NAICS Code: 541330 (Engineering Services), with a small business size standard of $25,500,000.
- Product Service Code (PSC): C219 (Other Architect And Engineering Services).
- Response Due: March 6, 2026, at 1 PM Pacific Standard Time.
- Published Date: February 4, 2026.
- Anticipated Solicitation Issuance: Around the end of June 2026.
Submission Requirements
Interested firms must submit a statement of capability, limited to five pages, including:
- Firm's name, address, point of contact, phone number, and email address.
- CAGE Code and UEI Number.
- Statement of capability to perform a contract of this magnitude and complexity, with at least three examples of similar work performed within the past 5 years (project description, customer name, timeliness, satisfaction, dollar value). SF330s are NOT to be submitted.
- Firm's Business Size.
- Joint Venture (existing), Mentor Protégé, or teaming arrangement information.
Eligibility / Set-Aside
Based on responses, the requirement may be set-aside for small businesses (in full or in part) or procured through full and open competition. All Small Business Set-Aside categories will be considered.
Additional Notes
This is for market research only; no proposals are being requested or accepted, and no contract will be awarded from this synopsis. No reimbursements will be made for submission costs. Firms must be registered in SAM.gov to be eligible for future award. Telephone inquiries will not be accepted.