West Point Architect-Engineer Services IDIQ, West Point, NY 10996
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 Mission and Installation Contracting Command (MICC) - West Point is conducting market research via a Sources Sought notice to identify qualified firms for Architect-Engineer (A-E) services at West Point, NY. This effort aims to establish a Multiple-Award Indefinite-Delivery Indefinite-Quantity (IDIQ) contract for building, utility, and general infrastructure projects. Responses are due March 16, 2026, by 4:00 PM EST.
Scope of Work
The anticipated IDIQ will cover a broad range of A-E services, including pre-design surveys, designs, and construction support services for building, utility, and general infrastructure. Task orders will be firm-fixed priced. Interested firms should demonstrate an annual capacity to perform at least $1.5 Million of work under this effort. Services will be procured in accordance with the Brooks Architect - Engineer Act and applicable Federal acquisition regulations. The relevant NAICS codes are 541330 (Engineering Services) and/or 541310 (Architectural Services).
Contract & Timeline
- Type: Sources Sought (for market research leading to a Multiple-Award IDIQ)
- Duration: Anticipated 1-year base ordering period + four 1-year option periods
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- Response Due: March 16, 2026, 4:00 PM EST
- Published: March 9, 2026
Submission Requirements
Interested firms must submit a brief capability statement (max 2 pages, 12pt font) demonstrating their ability to perform the requirement. Submissions must include:
- Requirement title, company name, address, and Point of Contact (POC) name, phone number, and email address.
- Company profile: office location(s), UEI number/CAGE Code, NAICS, and current small business status/certifications (e.g., 8a, WOSB, HUBZone, SDVOSB).
- Specific experience (up to 5 project examples) in New York, New Jersey, Pennsylvania, and/or Connecticut performing A-E services under the United Facilities General Specifications (UFGS), including dollar value, prime/sub role, customer POC, and description.
- Statement on capacity to annually provide at least $1.5 Million in work, considering personnel and equipment availability.
- Suggestions/comments on NAICS, contract type, or the overall effort.
Additional Notes
This notice is for informational and planning purposes only and is not a solicitation. It is intended strictly for market research to determine interest and capability. Small businesses in all socioeconomic categories are highly encouraged to respond and provide suggestions on structuring the requirement to facilitate small business competition. Responses should be sent via email to Lakenia Brown.