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) plans to award up to five (5) Unrestricted Architect-Engineering (A-E) Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Task Order Contracts (MATOC). These contracts are for General Engineering and Design Services for larger or more complex projects, with a total shared capacity of $180,000,000. The primary work area includes the New England states (ME, MA, NH, CT, VT, RI, NY) and other USACE North Atlantic Divisions (NAD) mission areas. Responses are due June 5, 2026, at 2:00 PM EDT.

Scope of Work

Services encompass various engineering, design, and construction-related tasks for projects such as new construction exceeding $15M, military construction (MCA/MCAF) with A-E fees over $1M, complex medical/research facilities, and civil works flood risk reduction. Specific tasks include design of structures, military master planning, civil works infrastructure, environmental engineering, value engineering, scheduling, modeling, diagnostics, and historical preservation. Deliverables include design drawings, specifications, cost estimates, schedules, analyses, design-build RFPs, and studies. Firms must utilize specific software like Microstation/Autodesk CADD, Revit BIM, SPECSINTACT, MII, Primavera P6, MS Project, and ProjNet (DrChecks).

Contract & Timeline

  • Contract Type: Unrestricted A-E IDIQ MATOC (up to 5 awards)
  • Total Shared Capacity: $180,000,000
  • NAICS Code: 541330 (Other Architect And Engineering Services)
  • Ordering Period: Five years
  • Minimum Guarantee: $10,000 per firm
  • Anticipated Award: May 2027
  • Response Due: June 5, 2026, 2:00 PM EDT
  • Questions Due: May 25, 2026

Evaluation Factors

Selection criteria are listed in descending order of importance:

  • Primary Factors:
    • Specialized Experience and Technical Competence: Demonstrated experience in DBB/D-B documents for federal vertical construction (>$15M), military construction, civil works flood risk reduction, complex facilities, ASHRAE commissioning, and use of MII/SPECSINTACT. (SF330 Part I, Section F & H)
    • Professional Qualifications: Education, training, registration, and relevant experience of key personnel (e.g., Project Managers, Architects, Engineers, Specialists). (SF330 Part I, Section E, D, H)
    • Work Management and Teaming: Proposed management plan, team composition, roles, quality control, and subcontractor coordination. (SF330 Part I, Sections C, D, G, H)
    • Past Performance: Record of quality, management, cost control, schedules, and subcontractor management, primarily via CPARS or PPQs. (SF330 Part I, Section F & H)
    • Capacity: Ability to execute multiple task orders concurrently, demonstrating capacity for $4M/year over five years. (SF330 Part II, Section H)
    • Knowledge of the Locality: Experience with state/local codes, environmental conditions, construction methods, and permit requirements in the USACE NAD mission areas, focusing on New England. (SF330 Sections E, F, H)
  • Secondary Factors (Tie-breakers):
    • Geographic Proximity: Office location in the New England states. (SF330 Sections C, H)
    • Extent of Participation of Small Business (SB) Concerns: Commitment to utilize SBs, WOSBs, HUBZone, SDVOSBs, and VOSBs.
    • Volume of DoD A-E Contract Awards: Volume of DoD A-E contracts awarded to the prime/JV in the last 12 months.

Submission Requirements

Interested firms must submit Parts I and II of the SF 330 for the prime firm (or joint venture), along with Part II for each consultant/JV entity/key subcontractor. Joint venture agreements must be included and consistent with Attachment C. Submissions must be made electronically via the PIEE Solicitation Module (https://piee.eb.mil/) by the deadline. The SF 330 Part I has a 65-page limit. Firms must be registered in SAM prior to award. Questions should be directed to Brian Mannion at brian.t.mannion@usace.army.mil or 978-318-8478 by May 25, 2026.

People

Points of Contact

Files

Files

View
View
View
View

Versions

Version 2
Combined Synopsis/Solicitation
Posted: May 4, 2026
View
Version 1Viewing
Combined Synopsis/Solicitation
Posted: May 4, 2026