Nationwide A&E Services

SOL #: 12639526R0003Pre-Solicitation

Overview

Buyer

Agriculture
Animal And Plant Health Inspection Service
MRPBS MINNEAPOLIS MN
MINNEAPOLIS, MN, 55401, United States

Place of Performance

Minneapolis, MN

NAICS

Engineering Services (541330)

PSC

Architect And Engineering Construction: Miscellaneous Buildings (C1JZ)

Set Aside

No set aside specified

Timeline

1
Posted
Jan 13, 2026
2
Last Updated
Feb 2, 2026
3
Response Deadline
Feb 12, 2026, 6:00 PM

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 USDA Animal and Plant Health Inspection Service (APHIS) is seeking Nationwide Architect-Engineer (A&E) Services through multiple Indefinite-Delivery Contracts (IDCs), procured under the Brooks Act (FAR Subpart 36.6). This opportunity is open to all businesses, with an anticipation of awarding one contract to a small business among the 5-6 total. Awards are expected in Q2 CY 2026. Interested firms must submit their SF 330 by February 12, 2026, at 1 p.m. ET.

Purpose & Scope

These A&E services encompass primary disciplines including Architecture, Mechanical, Electrical, Plumbing, Environmental, Fire Protection, Civil, and Structural. Associated services may include LEED design, NEPA documentation, value engineering, design review, master planning, laboratory planning, facility inspection, permitting, construction management, geotechnical investigations, surveying, life cycle analysis, commissioning, testing, and special inspection services. Projects will cover a variety of building types nationwide, such as offices, laboratories, animal/plant inspection stations, quarantine facilities, and general utility buildings, with new construction ranging from $100,000 to $5,000,000 and repair/remodeling up to $500,000.

Contract Details

  • Contract Type: Multiple Indefinite-Delivery Contracts (IDC)
  • NAICS Code: 541330 (Small Business Size Standard: $25.5 million)
  • Value: Annual contract value of $3 million, with a total IDC value not to exceed $15 million.
  • Period of Performance: One base year plus four one-year option periods.
  • Set-Aside: Open to all businesses. One contract is anticipated for a small business. Large businesses selected for award will be required to submit a subcontracting plan with goals including 22% for small businesses, 5% for small disadvantaged businesses, 5% for women-owned small businesses, 5% for service-disabled veteran-owned small businesses, and 3% for HUBZone businesses.

Evaluation Criteria

Selection will be based on demonstrated competence and qualifications, with criteria in descending order of importance:

  1. Professional Qualifications: In-house major A&E disciplines, licensed professionals, LEED accreditation, and sustainable services capability.
  2. Specialized Experience: Experience in laboratories, bio-medical facilities, quarantine, insect-secure facilities, greenhouses, HEPA filtration, asbestos abatement, EPA regulations, construction management, and specific design guides (e.g., USDA/ARS, LEED, Lab21).
  3. Firm’s Capacity: Ability to complete work within required timeframes and budget, including available personnel, production/quality control systems, LEED, cost estimating, and CAD/MS Windows 11 compatibility.
  4. Past Performance: Cost control, project types, quality of work, and compliance with schedules, including references. The government may use CPARS and other sources.
  5. Proposed Project Team: Professional recognition, work experience, registration, associations, and advanced degrees of key personnel.
  6. Location: Use of branch offices closest to the design project for specific services (e.g., Special Inspections, CIC, TAB), though this factor does not carry significant weight.
  7. Small Business Program Participation: Extent of SB, SDB, WOSB, SDVOSB, and HUBZone participation in the proposed contract team (secondary, tie-breaker, not significant weight).

Submission Requirements

Interested firms must submit a Standard Form 330 (SF 330) to james.g.roloff@usda.gov by February 12, 2026, at 1 p.m. ET. SF 330, Part I, Section H must include a Management Plan (encapsulating Section 3c details), a 1-2 page narrative on capacity, and a statement on small business participation percentages. The SF 330 is limited to 150 pages and 12 projects illustrating specialized experience. All firms must be registered in SAM.gov.

Contact Information

For inquiries, contact Jim Roloff at james.g.roloff@usda.gov or 612-590-7603.

People

Points of Contact

Files

Files

No files attached to this opportunity

Versions

Version 3
Pre-Solicitation
Posted: Feb 2, 2026
View
Version 2Viewing
Pre-Solicitation
Posted: Jan 16, 2026
Version 1
Pre-Solicitation
Posted: Jan 13, 2026
View