Synopsis: Unrestricted Architect-Engineering (A-E) Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Task Order Contact (MATOC) to Perform General Engineering and Design Services

SOL #: W912WJ26RA013Combined Synopsis/Solicitation

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Army
W2SD ENDIST NEW ENGLAND
CONCORD, MA, 01742-2751, United States

Place of Performance

Place of performance not available

NAICS

Engineering Services (541330)

PSC

Other Architect And Engineering Services (C219)

Set Aside

No set aside specified

Timeline

1
Posted
May 4, 2026
2
Last Updated
May 4, 2026
3
Submission Deadline
Jun 5, 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 U.S. Army Corps of Engineers (USACE) - New England District (CENAE) is seeking proposals for an unrestricted Architect-Engineering (A-E) Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC). This opportunity aims to award up to five contracts for General Engineering and Design Services on larger or more complex projects, with a total shared capacity of $180,000,000 over a five-year ordering period. Awards are anticipated in May 2027.

Scope of Work

Services encompass a broad range of engineering and design for projects such as new construction exceeding $15M, military construction (MCA/MCAF) with A-E fees over $1M, complex facilities (e.g., medical/research), and new civil works flood risk reduction. Specific tasks include design of new/renovated structures, military building/site design, master planning, civil works infrastructure, environmental engineering, value engineering, project scheduling, and modeling. Deliverables include design drawings, technical specifications, cost estimates, design analyses, and design-build RFPs. Firms must be proficient in software like Microstation/Autodesk CADD, Autodesk Revit (BIM), SPECSINTACT, MII, Primavera P6, MS Project, and ProjNet (DrChecks). Work will primarily be in the USACE New England District (ME, MA, NH, CT, VT, RI, NY) but may extend to other USACE North Atlantic Divisions (NAD) mission areas.

Contract Details

  • Contract Type: Unrestricted A-E IDIQ MATOC (NAICS 541330)
  • Awards: Up to five (5) contracts
  • Total Shared Capacity: $180,000,000
  • Ordering Period: Five years
  • Minimum Guarantee: $10,000 per firm
  • Set-Aside: Unrestricted. Other-than-small businesses must submit a Small Business Subcontracting Plan (FAR 52.219-9 Alt II) with goals for various small business programs.

Submission Requirements

Interested firms must submit Parts I and II of the SF 330 for the prime firm (or joint venture) and each consultant/subcontractor. The SF 330 Part I has a 65-page limit. Submissions are due electronically via the PIEE Solicitation Module (https://piee.eb.mil/) by June 5, 2026, at 2:00 PM EDT. Firms must adhere to specific file naming conventions and are advised to upload early to avoid delays. SAM registration is required prior to award.

Evaluation Criteria

Selection will be based on primary factors including:

  • Specialized Experience and Technical Competence: Demonstrated experience in DBB/D-B documents for vertical construction (>$15M), military construction, civil works flood risk reduction, complex facilities, commissioning, and specific software knowledge (MII, SPECSINTACT).
  • Professional Qualifications: Education, training, registration, and relevant experience of key personnel (specific roles and experience levels detailed).
  • Work Management and Teaming: Proposed management plan, team composition, quality control, cost/schedule control, and subcontractor coordination.
  • Past Performance: Good record on contracts, assessed via CPARS or Past Performance Questionnaires (PPQs) for the five most relevant projects.
  • Capacity: Ability to execute $4M in task orders annually over five years.
  • Knowledge of the Locality: Familiarity with state/local codes, geology, environmental conditions, construction methods/costs, and permit requirements in the USACE NAD mission areas, focusing on New England. Secondary tie-breaker factors include geographic proximity, extent of small business participation, and volume of DoD A-E contract awards.

Attachments

  • Attachment A: USACE Alert 21-013 (Updated Procedures for Task Order Selection).
  • Attachment B: Past Performance Questionnaire (PPQ) Form.
  • Attachment C: Joint Venture Procedure. For administrative questions, contact Brian Mannion at brian.t.mannion@usace.army.mil or 978-318-8478 by May 25, 2026.

People

Points of Contact

Files

Files

Download
Download
Download
Download
View
View
View
View

Versions

Version 2Viewing
Combined Synopsis/Solicitation
Posted: May 4, 2026
Version 1
Combined Synopsis/Solicitation
Posted: May 4, 2026
View
Synopsis: Unrestricted Architect-Engineering (A-E) Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Task Order Contact (MATOC) to Perform General Engineering and Design Services | GovScope