SYNOPSIS for Indefinite Delivery Contract (IDC) for Architect Engineer Services - Inland Navigation and Water Resources Planning Services Huntington District USACE - W91237-26-R-A009

SOL #: W9123726RA009Pre-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 1, 2026
2
Response Deadline
May 30, 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 U.S. Army Corps of Engineers (USACE), Huntington District, is seeking Architect-Engineer (A-E) services for an Indefinite Delivery Contract (IDC) focused on Inland Navigation and Water Resources Planning within the Great Lakes and Ohio River Division (LRD). This Small Business Set-Aside opportunity has a potential value of up to $20 million. SF330 submissions are due May 30, 2026.

Scope of Work

The A-E services will support districts within the LRD (Buffalo, Chicago, Detroit, Huntington, Louisville, Nashville, Pittsburgh) and include, but are not limited to:

  • Water resources planning and transportation system modeling.
  • Economic, social, and environmental impact analyses.
  • Navigation externality analyses and intermodal operations planning.
  • Plan alternatives identification, formulation, analysis, and cost evaluation.
  • Ecosystem restoration techniques, master planning, and recreational resource management.
  • Geospatial data interpretation, database management, and public involvement programs. All work must comply with the National Environmental Policy Act, National Historic Preservation Act, and Endangered Species Act. Work may require performance or approval by a registered or licensed architect or engineer.

Contract & Timeline

  • Type: Architect-Engineer Indefinite Delivery Contract (IDC)
  • Procurement: FAR Subpart 36.6 (Brooks A-E Act)
  • Duration: 1-year base period + 4 one-year option periods
  • Ceiling Value: Not to exceed $20,000,000.00
  • Task Orders: Negotiated Firm-Fixed Price
  • Set-Aside: Small Business Only
  • NAICS: 541330 ($16.5M size standard)
  • Submission Due: May 30, 2026, 8:00 PM ET
  • Published: May 1, 2026

Evaluation Criteria

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

  1. Specialized Experience and Technical Competence: Extensive experience in water resources planning, environmental impact assessments, economic analyses, historic properties, and freight transportation.
  2. Professional Qualifications: Relevant experience, education, professional registrations/licenses/certifications, and longevity of key personnel (e.g., Water Resources Planners, Economists, Ecologists, Architects, Engineers).
  3. Past Performance: Demonstrated success in similar work regarding cost control, quality, independence, and schedule compliance (primarily via PPIRS).
  4. Capacity: Ability to perform approximately $4 million in work, with adequate qualified personnel for multiple concurrent task orders.
  5. Knowledge of the Locality: Familiarity with the LRD geographical and ecological region and U.S. navigable commercial inland waterways.
  6. Equitable Distribution of DoD Contracts: (Tie-breaker) Volume of DoW A-E contract awards in the last 12 months.

Submission Requirements

Offerors must submit SF330 Part I and Part II electronically through the PIEE Solicitation Module (www.piee.eb.mil), referencing solicitation number W9123726RA009. Submissions must use a minimum 12-point font. Firms must be registered in SAM.gov at the time of submission. A corporate Quality Control Plan (QCP) will be required at award.

People

Points of Contact

Files

Files

No files attached to this opportunity

Versions

Version 1Viewing
Pre-Solicitation
Posted: May 1, 2026
SYNOPSIS for Indefinite Delivery Contract (IDC) for Architect Engineer Services - Inland Navigation and Water Resources Planning Services Huntington District USACE - W91237-26-R-A009 | GovScope