Hydrographic Survey & Mapping Services SATOC
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), Walla Walla District, is seeking Architect-Engineer (A-E) firms for a Hydrographic Survey & Mapping Services Single Award Task Order Contract (SATOC). This opportunity is a Small Business Set-Aside under NAICS 541370, with a total capacity of $7 million over a potential five-year duration. Firms will be selected based on demonstrated competence and qualifications. Submissions of SF330 are due by May 11, 2026, at 2:00 PM Pacific Time.
Scope of Work
This SATOC will provide A-E surveying and mapping services, primarily hydrographic, for civil works projects within the Walla Walla and Portland Districts in Washington, Oregon, and Idaho, with potential support for other USACE Northwestern Division districts. Services will be awarded via firm-fixed-price task orders and include:
- Hydrographic Surveys: High-accuracy multi-beam bathymetric surveys for underwater structures, navigation channels, riverbed analysis, and dredging measurements.
- Geophysical Surveying: Incorporation of side-scan sonar, acoustic Doppler profiler, sub-bottom profilers, and ROVs.
- Land Surveying: Conventional and real-time GPS control surveys, geodetic control, cadastral, boundary, topographic, engineering design, and construction surveys.
- Remote Sensing & Photogrammetry: Aerial photography, LIDAR mapping, land use/land cover interpretation, and 2D/3D data acquisition using various sensors.
- Specialized Surveys: Deformation monitoring, Subsurface Utility Engineering (SUE), magnetometer, underwater obstruction investigations, and GIS creation. All services must be supervised by a Professional Land Surveyor, Certified Hydrographic Surveyor, or Photogrammetrist registered in the state of performance.
Contract Details
- Contract Type: Indefinite Delivery Contract (IDC) / Single Award Task Order Contract (SATOC)
- Total Capacity: $7 million
- Duration: Up to five years (3-year base + 2 one-year options)
- NAICS Code: 541370 - Surveying and Mapping (except Geophysical) Services
- Small Business Size Standard: $19 million
- Set-Aside: Small Business Only
- Award Type: Firm-Fixed-Price Task Orders
- Registration: Firms must be registered in SAM.gov.
Selection Criteria
Firms will be evaluated based on the following criteria, in descending order of importance:
- Primary:
- Specialized experience and technical competence (past 6 years) in the listed services (2a-2t).
- Professional Qualifications (education, registration, certification, experience).
- Equipment Plan (current possession or capability to obtain).
- Demonstrated knowledge of the Columbia, Snake, and Clearwater Rivers and their basins.
- Capacity to accomplish work, including fielding two survey crews and rapid response.
- Past performance (cost, quality, schedule for past 6 years, including PPIRS and private industry).
- Secondary (Tie-breakers):
- Geographic Proximity to Washington, Oregon, and Idaho.
- Volume of Department of Defense (DoD) contract awards in the last 12 months.
Submission Requirements
Interested small businesses must submit a complete Standard Form (SF) 330, Parts I and II, for the prime and all subcontractors. Section H of the SF330 must address all selection criteria in descending order. Section F (Example Projects) is limited to a maximum of 10 projects combined.
- Submission Deadline: May 11, 2026, 2:00 PM Pacific Time
- Submission Method: Email to Nathan Bruce at nathan.i.bruce@usace.army.mil
- Reference: Solicitation No. W912EF26R8487 in the submission package.
- Inquiries: All inquiries must be submitted via ProjNet Bidder Inquiry using Key: 6E963K-I426SJ. Telephone and email inquiries will not be accepted.