Opportunity

SAM #W912PL26S0021

Sources Sought: Planning and Engineering Services MATOC for USACE Los Angeles District

Buyer

USACE Los Angeles District

Posted

April 27, 2026

Respond By

May 25, 2026

Identifier

W912PL26S0021

NAICS

541330

The US Army Corps of Engineers (USACE), Los Angeles District (SPL), is seeking information from qualified firms for a potential 5-year Multiple Award Task Order Contract (MATOC) focused on planning and engineering services for water resources infrastructure projects. - Government Buyer: - US Army Corps of Engineers (USACE), Los Angeles District (SPL), Department of Defense - Scope of Services: - Plan formulation and data analysis - Hydraulic and hydrologic (H&H) modeling - Engineering and design services (geotechnical, geology, GIS, structural, civil) - Cost estimation - Public involvement and facilitation - Project Types: - Flood risk management - Navigation improvements - Shoreline protection - Ecosystem restoration - Geographic Coverage: - Primary: Southern California, Southern Nevada, Southwestern Utah, Arizona (SPL boundaries) - Secondary: South Pacific Division (Sacramento, San Francisco, Albuquerque Districts) - Contract Details: - NAICS 541330 (Engineering Services), small business size standard $25.5M - Estimated contract ceiling: $5 million - 5-year ordering period - No specific OEMs, vendors, or products are named; this is a sources sought notice to identify qualified providers.

Description

This SOURCES SOUGHT NOTICE is for information only. Replies by interested parties will be used by the Los Angeles District (SPL), USACE  for preliminary planning purposes. No proposal or contract will be awarded from this notice. No reimbursement will be made for any costs associated with providing information in response to this notice or any follow-up information requests. The intent of this notice is to gather information on firms interested in a potential Multiple Award Task Order Contract (MATOC) to procure a wide range of plan formation and associated engineering services to support projects and programs primarily throughout SPL civil works and military boundaries, which span Southern California, Southern Nevada, Southwestern Utah, and Arizona. The targeted audience for this project are those firms with expertise in civil works planning and engineering

This MATOC will secondarily support projects and programs throughout the broader South Pacific Division boundaries of the USACE, including the Sacramento, San Francisco, and Albuquerque Districts. Everything contained in this sources sought is subject to change

MATOC  Scope:  Services provided under this potential contract will contribute to a diverse array of water resources-related infrastructure projects primarily but not exclusively within the Civil Works mission area. These include flood risk management, navigation improvements, shoreline protection, and ecosystem restoration. The contract is expected to encompass a wide range of Planning and Civil Engineering Services to support the completion of USACE feasibility studies. These services may include, but are not limited to:

 Plan Formulation: Following the USACE process to develop and evaluate alternate plans.

Data Analysis: Input and analysis of various data sets to support planning decisions.

H&H Modeling: Hydraulic and hydrologic modeling to assess water flow and its impacts. Firms familiar with conditions in the arid SW portion of the U.S. is a plus

Engineering and Design: Planning level geotechnical, geology, GIS, structural and civil design work and assessments

Cost Estimation: Preparation of detailed cost estimates for project alternatives

Public Involvement and Facilitation: Facilitating group discussions and workshops along with conducting public involvement

Note: It is expected that sizable percentage of task orders for any resulting contract may stem from the H&H Modeling and Public Involvement and Facilitation disciplines

The Government is seeking to identify qualified sources either singularly or as part of an assembled team under North American Industry Classification System (NAICS) code 541330-Engineering Services, which has a small business size standard of $25.5M

MATOC Ceiling: $5M (current estimate)

Period of Performance: 5-Year Ordering Period

In accordance with (RFO) 52.219-14, Limitations on Subcontracting, small business prime contractors will not pay more than 50% (services) of the amount paid by the Government for contract performance, excluding the cost of materials, to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count towards the prime contractor's 50% subcontract amount that cannot be exceeded.

Interested sources shall submit a capability statement demonstrating ability to perform the work in the Scope of Services as described above. Minimum capabilities required include previous experience with task orders of similar scope, magnitude, and complexity. Responses, not to exceed a total of four pages, must include the following information:

-Offerors name, address, point of contact, with telephone numbers, and email addresses.

-Business size/classification, to include any designations as a Small Business, HUBZone, Service Disabled, Veteran Owned, Women-Owned, Disadvantaged Small Business, 8(a), in addition to others, and NAICS code designations.

-Past experience on individual projects of similar scope, magnitude, and complexity to what is described in the MATOC Project Scope,  describing no more than three (3) projects that are complete or at least 50% complete from within the past six (6) years. Examples from within the Los Angeles District footprint are encouraged.

-Description of experience on projects to include:

-Project title, location, and general description to demonstrate direct relevance to the described MATOC scope.

-Percentage of offerors’ role and work scopes self-performed versus subcontracted

-Dollar value of each task order

-Name of company, agency, or Government entity for which the work was performed (include reference name, contact phone number and e-mail address for each task order described).

-Examples provided MUST have a dollar value greater than $250,000

-Work scopes self-performed vs subcontracted and percentage of self-performed vs subcontracted. If past performance was as a JV, indicate which scopes was performed by which JV member

-If submitting as a JV, please include information about the JV (mentor-protégé agreement, JV agreement, etc)

-Submittals will not be returned. This is not a Request for Proposals, only a Request for Information. No award will result from this Sources Sought Notice. This notice does not constitute any commitment by the Government.

View original listing