General Architect-Engineer (A-E) Services for Riverine Flood Risk Management, Navigation, Coastal Flood Risk Management, and Ecosystem Restoration Projects in the NAN/NAD Region
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, New York District is conducting a Sources Sought to identify qualified firms for General Architect-Engineer (A-E) Services supporting Riverine Flood Risk Management, Navigation, Coastal Flood Risk Management, and Ecosystem Restoration projects within the New York District and North Atlantic Division (NAD) regions. This is market research only; no solicitation is available. Responses are due March 23, 2026.
Opportunity Details
This notice aims to gather information for an anticipated Multiple Award Task Order Contract (MATOC) for A-E services. The MATOC is expected to include six (6) or more reserved Indefinite Delivery Contracts (IDCs) sharing a total capacity of $180,000,000 over a five-year duration. The procurement will be conducted under NAICS 541330 (Engineering Services), with a small business size standard of $25.5 million in average annual receipts. The government will use responses to determine the acquisition strategy, including potential small business set-asides (e.g., 8(a), HUBZone, Small Business).
Scope of Services
The required A-E services include planning, studies, analysis, modeling, surveys, investigation, design, and construction phase services for:
- Flood Risk Management: Levees, floodwalls, pump stations, closure structures, interior drainage.
- Non-Structural Flood Risk Management: Structure raising/relocation, dry/wet floodproofing, flood warning systems.
- Coastal Flood Risk Management: Dunes, groins, seawalls, restoration improvements, wave gages.
- Ecosystem Restoration and Mitigation: Tidal/freshwater wetlands design, bio-benchmarking, plant selection.
- Navigation: Channel deepening, blasting, subsurface investigations, remote sensing, geotechnical/geophysical investigations.
Submission Requirements
Interested firms should submit a capabilities statement (limited to 30 pages) addressing:
- Firm's name, address, point of contact, phone, and email.
- Business size (Large, Small, 8(a), HUBZone, SDB, WOSB, VOSB, SDVOSB).
- Firm's Part II of SF 330, including subcontractors' Part IIs.
- Demonstrated experience as a prime contractor on 5-8 similar projects within the past five years, including project title, location, description, dollar amount, and self-performed work.
- Capability to respond to and work on multiple task orders concurrently.
Key Dates & Contact
- Response Due: March 23, 2026, by 6:00 PM ET.
- Published Date: March 5, 2026.
- Submission Email: Stephen.dibari@usace.army.mil