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 Region One A&E IDIQ opportunity (Notice ID: 638b34693b75436db90c2a1eca1c45f0) from the USDA Forest Service has been CANCELLED due to requirement changes. This announcement, originally a Special Notice, was published on February 17, 2026.

Original Opportunity Context

This opportunity was a Presolicitation Notice for a Multiple Award Indefinite Delivery, Indefinite Quantity (IDIQ) contract. It sought professional architectural and engineering (A-E) design services for the US Forest Service, Region 1 - Northern Region, covering Montana, North Dakota, portions of Idaho, Washington, and South Dakota.

Original Scope of Work

The intended scope included civil, structural, water, and wastewater design and inspection services for USFS transportation systems and infrastructure. This encompassed design, field inspection, surveying, and engineering review for bridges, culverts, retaining walls, and aquatic organism passage structures, as well as minor facility maintenance or repairs for USFS offices and buildings. Subsidiary services like geotechnical, hydraulic, and minor mechanical/electrical design were also anticipated.

Original Contract Details

It was planned as a one-year base contract with four one-year options, potentially totaling five years. Task orders would have been issued as needed.

Original Set-Aside & NAICS

The opportunity was designated as a 100% Total Small Business Set-Aside under NAICS Code 541330 (Architectural, Engineering, and Related Services).

Original Submission & Evaluation

Firms were to be selected based on demonstrated competence and qualifications, evaluated using criteria from FAR 36.602-1, including professional qualifications (SF330), specialized experience, capacity, past performance, and office location within the geographical area. Qualification statements (max 20 pages) and SF330s were originally due via email to crystal.amos@usda.gov by March 4, 2026.

Contact Information

For historical reference, the primary contact was Crystal Amos (crystal.amos@usda.gov, 618-467-8347).

People

Points of Contact

Files

Files

Download
Download

Versions

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