Nationwide A&E 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 USDA Animal and Plant Health Inspection Service (APHIS) is seeking Nationwide Architect-Engineer (A&E) Services for multiple Indefinite-Delivery Contracts (IDCs). These contracts will provide primary A&E disciplines for various USDA facilities across the U.S. Award is anticipated in Q2 CY 2026. SF 330 submissions are due by February 12, 2026, at 1 p.m. ET.
Scope of Work
Services include Architectural, Mechanical, Electrical, Plumbing, Environmental, Fire Protection, Civil, and Structural work. This encompasses preparation of contract drawings, specifications, cost estimates, and associated services such as LEED design, NEPA documentation, value engineering, master planning, facility inspections, construction management, and various testing services. Projects will cover diverse building types nationwide, including offices, laboratories, animal/plant inspection stations, and utility buildings. New building costs typically range from $100,000 to $5,000,000, with repair/remodeling from a few thousand to $500,000.
Contract Details
- Type: Multiple Indefinite-Delivery Contracts (IDCs) for A&E Services, procured under the Brooks Act (FAR Subpart 36.6).
- Duration: Base period not to exceed one year, with four one-year option periods.
- Value: Annual contract value of $3 million, total IDC value not to exceed $15 million.
- Awards: Anticipated award of up to five or six contracts, including one to a small business.
- Set-Aside: This announcement is open to all businesses regardless of size. Large businesses selected will require a subcontracting plan with target goals: 22% Small Business, 5% Small Disadvantaged, 5% Women-Owned Small Business, 5% Service-Disabled Veteran-Owned Small Business, and 3% HUBZone. Small Business Program Participation is a secondary selection criterion (tie-breaker).
Submission Requirements
Interested firms must submit Standard Form 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, Capacity to complete the work (1-2 page narrative), and extent of Small Business program participation.
- SF 330 is limited to 150 pages and 12 projects illustrating specialized experience.
- All firms must be registered in SAM.gov.
Evaluation Criteria
Firms will be selected based on demonstrated competence and qualifications. Criteria, in descending order of importance (a-f primary, g secondary/tie-breaker), include:
- Professional Qualifications: In-house major A&E disciplines, licensed professionals, LEED capabilities.
- Specialized Experience and Technical Competence: Experience in laboratories, bio-medical facilities, quarantine stations, HEPA filtration, environmental regulations, construction management, and familiarity with relevant design guides (e.g., LEED, EnergyStar7, Lab21, NIH Bio-Safety). (Note: Disregard USDA/ARS Facilities Design Standard 242.04M).
- Firm’s Capacity and Capability: Sufficient personnel, production, and quality control systems, including LEED, cost estimating, Lab21 design, and AutoCAD compatibility.
- Past Performance and Experience: Cost control, quality, schedule compliance, references, experience with codes/regulations, ability to provide functional, cost-efficient products that blend with local surroundings (sustainable, climate-responsive designs).
- Proposed Project Team and Organization: Professional recognition, registration, advanced degrees, and experience of key personnel.
- Location: Proximity of branch offices for specific services (e.g., Special Inspections, CIC, DOR, TAB). This is a "nice-to-have" factor.
- Small Business Program Participation: Extent of participation of SB, SDB, WOSB, HUBZone, SDV in the proposed contract team. This applies to any small business type recognized by the federal government and is a tie-breaker.
Clarifications
This is a Presolicitation notice, not a Request for Proposals. No solicitation packages are provided, and personal visits will not be entertained. RFIs have clarified that engineering disciplines are not in order of precedence, resumes are assessed as a whole, and the subcontracting plan is required with the proposal for large businesses. The "blends with surroundings" criterion refers to sustainable, climate-responsive designs using local materials.