Regions 01 and 02 A&E Services

SOL #: 1240LN26R0002Pre-Solicitation

Overview

Buyer

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

Place of Performance

Place of performance not available

NAICS

Engineering Services (541330)

PSC

Engineering And Technical Services (R425)

Set Aside

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

Timeline

1
Posted
May 15, 2026
2
Response Deadline
Jun 15, 2026, 8:00 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 Forest Service is issuing a Presolicitation for Architect & Engineer (A&E) Facilities Design Services for its Northern Region (Region 1) and Rocky Mountain Region (Region 2). This opportunity seeks qualified firms to provide a range of A&E services under an Indefinite-Delivery Indefinite-Quantities (IDIQ) contract. This is a Total Small Business Set-Aside. Final submissions are due June 15, 2026.

Scope of Work

Services include, but are not limited to, architecture, civil, structural, mechanical, electrical, geotechnical, and landscape survey and design. Firms will also provide inspection services and construction management. Projects involve new construction, maintenance, and renovation of Forest Service facilities, including buildings, roads, landscapes, site development, and mechanical/electrical systems. Specific project types encompass repair, rehabilitation, and new facility construction for various buildings and real property.

Contract Details

  • Contract Type: Indefinite-Delivery Indefinite-Quantities (IDIQ)
  • Period of Performance: Five-year ordering period from the date of award.
  • Set-Aside: Total Small Business Set-Aside (FAR 19.5)
  • NAICS Codes: 541330 ($25.5M size standard) and 541310 ($12.5M size standard).

Submission & Evaluation

Firms must submit qualifications and performance data. Selection will be based on an order of preference using the following evaluation factors (in accordance with FAR 36.602-1):

  1. Professional qualifications (addressed in SF 330).
  2. Specialized experience and technical competence in required work areas (e.g., Architecture, Civil Engineering, Structural Engineering, Environmental Engineering, Geotechnical Engineering, Electrical Engineering, Mechanical Engineering, Landscape Architecture, Historic Preservation, Construction Support Services).
  3. Capacity to accomplish work within the required time, including the ability to mobilize and respond across a broad geographic area.
  4. Past performance on contracts with Government agencies and private industry. Qualification statements must not exceed 20 pages and must include SF330s.

Deadlines & Contact

  • Solicitation Questions Due: May 25, 2026, 1600 ET
  • Government Response to Questions: By May 29, 2026, close of business via sam.gov
  • Final Submissions Due: June 15, 2026, 1600 ET
  • Contact: Gilbert Chonje (gilbert.chonje@usda.gov) - Subject: 'Region 1 and Region 2 AE Facilities Services'

Notes

This is a Presolicitation and not a Request for Proposal (RFP). Registration in the System for Award Management (SAM) is required prior to award.

People

Points of Contact

Gilbert ChonjePRIMARY

Files

Files

Download

Versions

Version 1Viewing
Pre-Solicitation
Posted: May 15, 2026
Regions 01 and 02 A&E Services | GovScope