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)

SOL #: W9123726RA007Pre-Solicitation

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Army
W072 ENDIST HUNTINGTON
HUNTINGTON, WV, 25701-5000, United States

Place of Performance

Huntington, WV

NAICS

Engineering Services (541330)

PSC

Architect Engineer Services (Including Landscaping, Interior Layout, And Designing) (C211)

Set Aside

No set aside specified

Timeline

1
Posted
May 12, 2026
2
Last Updated
May 12, 2026
3
Response Deadline
Jun 12, 2026, 9:00 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 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 Services related to Flood Control Dam and Levee work. This presolicitation aims to award a minimum of three (3) firm-fixed price indefinite delivery contracts (IDCs) with a combined capacity not exceeding $250,000,000.00 over the life of the contracts. Task orders will range from $2,500 to $120,000,000. This opportunity is open to all businesses regardless of size. Electronic submissions are due by June 12, 2026, at 5:00 PM Eastern Time.

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. Services include, but are not limited to:

  • Planning studies, engineering investigations, risk assessments, and designs.
  • Reports, construction plans and specifications, preliminary cost estimates, and surveys.
  • Computer-Aided Design and Drafting (CADD) and construction consultation/inspection.
  • Site characterization studies, hydrologic and seismic loading evaluations, consequence studies, dam/levee screenings, feasibility studies, and value engineering.
  • Evaluation of dam and levee appurtenances (bridges, gates, spillways, pumping stations).
  • Earth embankment and foundation seepage analyses, inspection, assessment, and design of concrete/hydraulic steel structures.
  • Participation in Independent Expert Peer Reviews (IEPR), Expert Opinion Elicitations (EOE), Risk Assessment and Analyses, Potential Failure Modes Analysis (PFMA), and numerical modeling.

Contract & Timeline

  • Contract Type: Firm-Fixed Price Indefinite Delivery Contracts (minimum 3 awards)
  • Duration: One base year + four one-year option periods
  • Total Value: Up to $250,000,000.00 combined capacity
  • Set-Aside: Open to all businesses (no specific set-aside)
  • NAICS Code: 541330 (Engineering Services), Size Standard: $25.5 million
  • Response Due: June 12, 2026, 5:00 PM ET
  • Published Date: May 12, 2026
  • Award Expected: July 2026

Evaluation Criteria

Selection will be based on demonstrated competence and qualifications, with criteria listed in descending order of importance:

  1. Specialized Experience and Technical Competence: Focus on Dam Safety Design and Analysis, Flood Damage Reduction Engineering, Engineering during construction, Civil Engineering, and other related engineering/architectural/planning services. Firms must provide up to ten (10) specific, completed projects within the past five years as prime A-E.
  2. Professional Qualifications: Evaluation of key personnel's experience, education, training, registration, and certifications in disciplines such as Structural, Geotechnical, Hydraulic, Civil, Mechanical, Cost, and Electrical Engineering (Group A - higher importance), and Specification Writers, Estimators, Planners, Architects, Surveyors, and Environmental Engineers (Group B - lesser importance). Specific experience levels (1, 2, 3) are defined for Dam Safety Design and Analysis personnel.
  3. Capacity: Ability to perform $49.9M annually, availability of adequate personnel, strong program/project management, and ability to manage multiple concurrent task orders.
  4. Past Performance: Performance on similar contracts within the last 5 years, including cost control, quality, independence, and schedule compliance, primarily from PPIRS and FAPIIS.
  5. Quality Management System: Description of quality control/assurance procedures, continual improvement, and experience with ISO 9001 and DrChecks.
  6. CADD and Office Automation: Compatibility and demonstrated experience with specified CAD standards (National CAD Standard, A/E/C CAD Standard, Bentley, Autodesk products) and office software.
  7. Small Business Participation (Tiebreaker): Extent of participation by small businesses (including WOSB, HUBZone, SDB, SDVOSB).
  8. Equitable Distribution of DoD Contracts (Tiebreaker): Volume of DoD A-E contract awards in the last 12 months.

Submission Requirements

All responses must be submitted electronically. Submissions are limited to 2 pages per resume, 4 pages per project, and a total of 200 pages (excluding past performance). Text must be 12-point Times New Roman. Firms must be registered in SAM.gov. This is a synopsis, not a Request for Proposal.

Point of Contact: Lillie V. Bodie, lillie.v.bodie@usace.army.mil.

People

Points of Contact

Files

Files

No files attached to this opportunity

Versions

Version 3Viewing
Pre-Solicitation
Posted: May 12, 2026
Version 2
Pre-Solicitation
Posted: May 12, 2026
View
Version 1
Pre-Solicitation
Posted: May 12, 2026
View