Indefinite Delivery/Indefinite Quantity (IDIQ) Single Award Task Order Contract (SATOC) for Facilitation and Architect-Engineer Services Contract for Charrettes, VE Workshops and Similar Meetings, Primarily Various Locations, Alaska and Wake Island
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), Alaska District, has issued a Presolicitation Notice for an Indefinite Delivery/Indefinite Quantity (IDIQ) Single Award Task Order Contract (SATOC). This contract is for Facilitation and Architect-Engineer (A-E) Services, specifically for Charrettes, Value Engineering (VE) Workshops, and similar meetings. The work will primarily be performed in various locations throughout Alaska and Wake Island. This opportunity is a Total Small Business Set-Aside with an anticipated contract capacity of $4,000,000.00. The solicitation (RFP W911KB26RA027) is expected to be available on or about January 21, 2026, via the PIEE Solicitation Module.
Scope of Work
The awarded contractor will furnish all materials, equipment, and personnel to provide A-E services. Key services include:
- Value Engineering (VE) analysis and studies of project features and design systems.
- Leading and facilitating charrettes and similar meetings.
- Facilitation of early concept design (0-20%) functional analysis and architectural charrette workshops. Task orders may cover a broad range of projects, including horizontal and vertical construction, sustainment, renovation, modernization of real property, infrastructure site improvements, facility repairs, incidental environmental work (including HazMat testing/removal), facility upgrades, and system maintenance. Projects may be fully designed (Design-Bid-Build) or Design-Build, often in arctic, sub-arctic, and cold region environments.
Contract Details
- Contract Type: Firm Fixed Price IDIQ SATOC
- Solicitation Number: W911KB26RA027
- Capacity: $4,000,000.00
- Ordering Period: 5 years with an option for an additional 6 months
- Minimum Guarantee: $3,000.00
- Anticipated Task Order Range: $5,000 to $500,000
- Anticipated Award: 3rd Quarter of FY26
- Anticipated Notice to Proceed (NTP): May 16, 2026
- Set-Aside: Total Small Business Set-Aside (FAR 19.5) under NAICS 541330 (Engineering Services, $25.5M size standard).
Submission & Evaluation
- The procurement will utilize source selection procedures, requiring the review of Standard Form (SF) 330s.
- Electronic proposals must be submitted via the PIEE Solicitation Module website.
- A minimum of three highly qualified A-E firms will be selected for negotiation, with the government negotiating with the most highly qualified firm first.
Eligibility Requirements
- Offerors must be registered in the System for Award Management (SAM); joint ventures must also be registered in SAM.
- Offerors must have and maintain a minimum CMMC Level 1 certification in the Supplier Performance Risk System (SPRS) by October 1, 2025.
- Firms must enter a National Institute of Standards and Technology (NIST) score in SPRS, which is a mandatory responsibility item.
Key Dates
- Solicitation Availability: On or about January 21, 2026.
Additional Notes
Offerors are responsible for regularly checking the PIEE website for any posted changes or amendments to the solicitation. The consolidation of these requirements is justified to provide substantial benefits to the Government and ensure maximum practicable participation by small businesses.