Highway and/or Bridge Design and Engineering Services, other Engineering, Planning, and Architectural Services
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 Federal Highway Administration (FHWA), Eastern Federal Lands Highway Division (EFLHD), is seeking Architect-Engineer (A-E) firms for Highway and/or Bridge Design and Engineering Services and other related services. This is a Total Small Business Set-Aside for up to four Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contracts (MATOC), with a total shared capacity of $60 million over five years. The services will support Federal Land Management Agencies across the continental U.S. and its territories. Step 1 qualifications are due April 21, 2026, at 2:00 p.m. EST.
Scope of Work
The primary scope involves highway and bridge design and related engineering services. Secondary services include geotechnical, hydraulics and hydrology, survey and mapping, traffic and safety engineering, structural engineering, planning/scoping, value engineering, environmental compliance, landscaping, architectural, and other engineering services. All work must be performed or approved by a registered Professional Engineer. Electronic plans and specifications must be compatible with Google Workspace, OpenRoads, and OpenBridge Designer software. Expertise with AASHTO policies is required.
Contract Details
- Contract Type: Multiple Award Task Order Contract (MATOC) IDIQ
- Number of Awards: Up to four contracts
- Total Shared Capacity: $60,000,000
- Duration: Five years (one base year + four option years)
- Minimum Guarantee: $100,000.00 per contract
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS Code: 541330 (Engineering Services)
- Small Business Size Standard: $25.5 million
Submission & Evaluation
This is a two-step, qualifications-based selection process. Step 1: Firms must submit SF 330 forms (Part I for prime/JV, Part II for team members/subcontractors). Joint Ventures must also submit a JV Agreement. The SF 330 should address the selection criteria in Section H. Evaluation Criteria (Step 1):
- Specialized Experience and Technical Competence in highway and bridge design.
- Professional Qualifications necessary for these services.
- Capacity to Accomplish All Work in the required time, including subcontractors.
- Past Performance on relevant contracts within the last 7 years, covering quality, cost control, and schedule compliance. Pre-selected firms will be invited to Step 2, which will involve a Request for Proposal (RFP).
Key Clarifications from Amendments
- Professional Licensure: Not required at proposal submission, but needed for the state where work is performed for each task order.
- Past Performance Questionnaires (PPQs): Must use the FHWA document format provided.
- Project Submissions: Offerors are not limited to a maximum of five projects for past performance. Both prime and subconsultant projects are accepted and evaluated equally if the subconsultant is committed.
- Subconsultant Requirements: Subconsultants are not required to be small businesses. The prime must self-perform at least 50% of the cost of performance, with subcontracting to other small businesses counting towards this percentage for task orders exceeding the simplified acquisition threshold.
- Resumes: Submit resumes for key personnel only (leads for each discipline).
- Team Disciplines: Offerors must provide all identified disciplines to be considered.
Important Notes
No solicitation package is available; award will be based on SF 330s and other available information. Firms must have an active SAM.gov registration to submit an offer and at the time of award. Subconsultants need a Unique Entity Identifier (UEI) but not SAM registration. All questions concerning the solicitation should be sent to eflhd.ae@dot.gov, including the solicitation number 693C7326R000029 in the subject line.