OUTREACH EVENT ANNOUNCEMENT: ARCHITECT AND ENGINEERING (A-E) SERVICES FOR SURVEYING AND MAPPING TO SUPPORT THE CARIBBEAN DISTRICT AND USACE
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) Caribbean District is planning a Multiple Award Task Order Contract (MATOC) for Architect and Engineering (A-E) Services for Surveying and Mapping. This upcoming $30 million Indefinite Delivery Contract (IDC) will support various civil works projects across the Commonwealth of Puerto Rico and the U.S. Virgin Islands. The MATOC aims to award approximately five contracts, with an estimated advertisement date of June 29, 2026.
Purpose & Scope
This opportunity involves providing comprehensive surveying and mapping services, including but not limited to topographic, boundary/property, construction support, beach profiles, geodetic control, utility location, laser scanning, hydrographic, seabed classification, CADD/GIS, photogrammetry, and aerial LiDAR. These services will support critical functions such as Land Acquisition, Hydraulic & Hydrologic Analysis, Construction Support, Permitting, Engineering Design, Harbor Inspections, and MILCON Programs. Technical criteria will adhere to USACE Engineering Manuals, FAR clauses, FGDC, and ASPRS standards, requiring specific personnel experience levels.
Contract Details
The planned procurement is an Indefinite Delivery Contract (IDC) / MATOC utilizing SF 252. The total not-to-exceed IDIQ amount is $30 Million, with individual task orders ranging from $2,500 to $5 Million. A guaranteed minimum amount of $5,000 will be provided. The contract targets five awards with an estimated period of performance of 60 months. The primary NAICS code is 541370 (Surveying and Mapping Services), and the PSC code is C219. Payment will be based on negotiated unit prices for Firm Fixed Price (FFP) Task Orders, with monthly payments per FAR 52.232-10 and a 10% retainage.
Eligibility & Set-Aside
While not definitively set aside at this stage, the opportunity may be designated for Small Business (SB). If so, prime firms must be registered as SB under the appropriate NAICS code in SAM.gov and on SF 330 Part II.
Evaluation Criteria
Proposals for the future MATOC will be evaluated based on professional qualifications, specialized experience, technical competence, capacity, past performance, and local knowledge, as per FAR 36.602-1. Cost factors will not be considered during the evaluation.
Key Dates & Actions
An outreach event was held on February 27, 2026, to discuss requirements and facilitate "One-on-One" sessions. All questions and answers from this event will be posted on SAM.gov. The estimated advertisement date for the MATOC is June 29, 2026, with an estimated award date of February 20, 2028. Questions regarding the future solicitation must be submitted through ProjNet using Bidder Inquiry Key: I7W97W-UH6XGS (deadline TBD).