Synopsis for ARCHITECT ENGINEER SERVICES - NATIONAL DAM SAFETY ENGINEERING AND DESIGN SERVICES FOR THE UNITED STATES ARMY CORPS OF ENGINEERS (USACE) DAM SAFETY PRODUCTION CENTER (DSPC)
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) Dam Safety Production Center (DSPC) is seeking Architect-Engineer (A-E) Services for National Dam Safety Engineering and Design for Flood Control Dam and Levee Safety efforts. This opportunity will result in a minimum of three (3) firm-fixed price Indefinite Delivery Contracts (IDCs). The combined capacity across all awarded contracts will not exceed $250,000,000. This is an Unrestricted opportunity, open to all businesses. Responses are due by June 12, 2026, at 3:00 PM ET.
Scope of Work
The A-E services will be multidisciplinary, supporting the planning, design, construction oversight, modification, operation, and control of flood control reservoirs, dams, and levees. Work will primarily occur within the continental United States, with limited potential for OCONUS assignments. Services include, but are not limited to:
- Planning studies, engineering investigations, and risk assessments.
- Designs, reports, construction plans and specifications, and cost estimates.
- General construction and engineering surveys, CADD, and construction consultation/inspection.
- Site characterization, hydrologic/seismic loading analyses, consequence studies, and dam/levee screenings.
- Evaluation of dam and levee appurtenances (bridges, gates, spillways, pumping stations).
- Participation in Independent Expert Peer Reviews (IEPR), Expert Opinion Elicitations (EOE), and Risk Assessment/Analyses.
Contract & Timeline
- Contract Type: Minimum of three (3) Firm-Fixed Price Indefinite Delivery Contracts (IDCs).
- Duration: One base year plus four (4) one-year option periods.
- Total Value: Not to exceed $250,000,000 combined capacity over the life of the contracts.
- Task Order Value: Individual task orders may range from $2,500 to $120,000,000.
- NAICS Code: 541330 (Engineering Services), with a size standard of $25.5 million.
- Set-Aside: Unrestricted (open to all businesses). Large businesses require a subcontracting plan prior to award.
- Expected Award: July 2026.
- Response Due: June 12, 2026, 3:00 PM ET.
- Published: May 12, 2026.
Evaluation Criteria
Selection will be based on demonstrated competence and qualifications, with criteria listed in descending order of importance:
- Specialized Experience and Technical Competence: Demonstrated experience (max 10 projects within 5 years) in Dam Safety Design and Analysis, Flood Damage Reduction Engineering, Engineering during construction, Civil Engineering, and other relevant engineering/architectural/planning services.
- Professional Qualifications: Relevant experience, education, training, registration, and certifications of key personnel, particularly in Structural, Geotechnical, Geological, Hydraulic, Civil, Mechanical, Cost, and Electrical Engineering disciplines, with specific experience levels (Level 1, 2, 3) for Dam Safety Design and Analysis personnel.
- Capacity: Ability to perform within the estimated annual capacity ($49.9M), availability of personnel, and ability to manage multiple concurrent task orders.
- Past Performance: Performance on similar contracts within the last 5 years, evaluated via PPIRS, FAPIIS, and other sources.
- Quality Management System: Description of quality control/assurance procedures, continual improvement, and experience with ISO 9001 and DrChecks.
- CADD and Office Automation: Compatibility and experience with specified CAD software (e.g., Bentley, Autodesk) and office automation tools.
- Small Business Participation: Extent of small business participation (secondary tiebreaker).
- Equitable Distribution of DoD Contracts: Volume of DoD A-E contract awards in the last 12 months (secondary tiebreaker).
Submission Requirements
Electronic submissions are required, with a maximum of 200 pages total (excluding past performance). Individual resumes are limited to 2 pages, and project information to 4 pages. Use 12-point Times New Roman font. Firms must be registered in SAM.gov. This is a synopsis, not a Request for Proposal.
Contact Information
Primary Point of Contact: Lillie V. Bodie, lillie.v.bodie@usace.army.mil.