Region One A&E IDIQ

SOL #: 1240LN26R4000Special Notice

Overview

Buyer

Agriculture
Forest Service
USDA-FS, CSA INTERMOUNTAIN 3
Ogden, UT, 844012310, United States

Place of Performance

Missoula, MT

NAICS

Engineering Services (541330)

PSC

Architect And Engineering General: Structural Engineering (C220)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Feb 4, 2026
2
Last Updated
Feb 17, 2026
3
Action Date
Mar 4, 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 US Forest Service, Region 1 - Northern Region, is soliciting a Multiple Award Indefinite Delivery, Indefinite Quantity (IDIQ) contract for professional architectural and engineering (A&E) design services. This opportunity is a 100% Small Business Set-Aside and covers projects within Montana, North Dakota, portions of Idaho, Washington, and South Dakota. Qualification statements (SF330s) are due by March 4, 2026, 1200 CST.

Scope of Work

The scope includes, but is not limited to, civil, structural, water, and wastewater design and inspection services for USFS transportation systems and infrastructure on recreation and administrative sites. Typical projects involve design, field inspection, surveying, and engineering review for bridges, culverts, retaining walls, and aquatic organism passage structures. It also encompasses design services for minor facility maintenance or repairs for USFS offices and buildings, as well as services related to new construction, condition inspection, decommissioning, reconstruction, rehabilitation, retrofit, repair, or maintenance activities. Subsidiary services such as surveying, geotechnical, hydraulic, and minor mechanical/electrical design may also be required.

Contract & Timeline

  • Type: Multiple Award Indefinite Delivery, Indefinite Quantity (IDIQ)
  • Duration: One-year base contract with four one-year options, potentially totaling five years.
  • Set-Aside: 100% Small Business Set-Aside (NAICS Code 541330)
  • Response Due: March 4, 2026, 1200 CST
  • Technical Questions Due: February 2, 2026
  • Published: February 4, 2026

Evaluation

Firms will be selected for negotiation based on demonstrated competence and qualifications, evaluated using criteria outlined in FAR 36.602-1. These criteria include: professional qualifications (SF 330), specialized experience and technical competence (e.g., bridge inspection, rope access, UAV, NDE services), capacity to accomplish work in the required time, past performance on similar contracts (within the last 3 years), and office location within the geographical area.

Additional Notes

This is a Presolicitation Notice. Solicitation packages are not yet available. Contractors must submit qualification statements (maximum 20 pages) and SF330s via email to crystal.amos@usda.gov. Registration in the System for Award Management (SAM) is required prior to award. Phone calls and personal visits are not permitted.

People

Points of Contact

Files

Files

No files attached to this opportunity

Versions

Version 3
Special Notice
Posted: Feb 17, 2026
View
Version 2
Special Notice
Posted: Feb 4, 2026
View
Version 1Viewing
Special Notice
Posted: Feb 4, 2026
Region One A&E IDIQ | GovScope