Opportunity
SAM #W912WJ26X1BMT
USACE New England District Seeks A-E Firms for HTRW Environmental Services IDIQ
Buyer
USACE New England District
Posted
April 28, 2026
Respond By
May 28, 2026
Identifier
W912WJ26X1BMT
NAICS
541330, 562910
The U.S. Army Corps of Engineers (USACE) New England District is seeking qualified Architect-Engineer (A-E) firms for a large-scale Indefinite Delivery/Indefinite Quantity (IDIQ) contract focused on Hazardous, Toxic, and Radioactive Waste (HTRW) services. - Government Buyer: - U.S. Army Corps of Engineers (USACE), New England District - Contracting office located at 696 Virginia Road, Concord, MA - Scope of Services: - Site inspections, remedial investigations, feasibility studies, engineering evaluations, remedial designs, removal actions, and interim/remedial actions - Environmental investigation, risk assessment, GIS, CAD design, cost estimation - Compliance with federal standards and use of required software (AutoCAD, SPECSINTACT, MII, Primavera P6, MS Project, ProjNet) - Support for EPA Superfund, DoD BRAC, DERP FUDS, and other interagency programs - Contract Structure: - Up to six contracts awarded (at least three to small businesses, up to three unrestricted) - Total contract value up to $49,000,000 - Period of performance not to exceed five years - Geographic Coverage: - Primary work in the six New England states (ME, NH, VT, MA, CT, RI) - May extend to other states in the USACE North Atlantic Division (NY, PA, NJ, DE, MD, VA, WV, DC) - Notable Requirements: - Firms must demonstrate technical expertise in environmental remediation and federal compliance - No specific OEMs or vendors are named; focus is on professional and technical capabilities - Small business participation is strongly encouraged (8(a), HUBZone, SDVOSB, WOSB, SB)
Description
This is a Sources Sought announcement to determine the interest, availability, and capability of potential Architect-Engineer (A-E) contractors for Hazardous, Toxic, and Radioactive Waste (HTRW) Indefinite Delivery/Indefinite Quantity (IDIQ) Architect/Engineer (A-E) Contract for 8(a), Historically Underutilized Business Zone (HUBZone), Service-Disabled Veteran-Owned, Women-Owned, Small Business (SB) and Large Business concerns.
This is intended to solicit feedback from all of industry on the proposed approach and get responses to questions as described below. This is for informational purposes only. THIS IS NOT A REQUEST FOR PROPOSALS, QUOTATIONS, OR BIDS. The North American Industry Classification System (NAICS) code for this procurement is 541330 (size standard $25,500,000). The U.S. Army Corps of Engineers (USACE) New England District (NAE) intends to issue the synopsis in fall 2026, and awards are planned for summer 2027.
Contract Structure and Competition All A-E contracts are now defined as Multiple Award Task Order Contracts (MATOCs), which consist of a pool of a minimum of three (3) A-E firms issued from a single solicitation. The proposal for the HTRW IDIQ A-E Contract is to award to a pool of firms that will consist of a mix of large and small businesses. Capacity of the contract is shared among the pool of the awarded firms. In accordance with Revolutionary Federal Acquisition Regulation (FAR) Overhaul (RFO) 19.104-1, competition within the pool for a project-specific order may be restricted to a combination of three or more 8(a), HUBZone, Service-Disabled Veteran-Owned, Women-Owned, and SB concerns depending on the complexity, dollar value, and specialized experience/technical competence needed to perform the work. Requirements may also be compared to a firm’s current workload and capacity, professional qualifications, team approach, past performance, and knowledge of the locality. Upon identifying which pool of firms a project-specific order is to be targeted, the task order will be competed amongst the firms and a preferred firm will be selected in accordance with USACE Alert 21-013, Updated Procedures for the Selection of Task Orders on Architect-Engineer Indefinite Delivery Contracts, dated March 9, 2023. The solicitation for these MATOCs will follow the Selection of Architects and Engineers statute, formerly known as the Brooks Act, as implemented in RFO 36.102.
Contracts are anticipated to be awarded in summer 2027 for a period not to exceed five (5) years. The goal is to award up to six (6) contracts: a minimum of three (3) SB contracts and up to three (3) unrestricted contracts, with a total contract value up to $49,000,000. The work location will primarily be in the six (6) New England states (ME, NH, VT, MA, CT, and RI), but will also include other states and districts covered by USACE North Atlantic Division’s (NAD’s) mission areas (NY, PA, NJ, DE, MD, VA, WV, and DC). Small business firms’ work under this contract shall be primarily in the New England states but could include areas within NAD’s mission area.
Responses and Use of Information Responses to this Sources Sought will be used by the Government to make appropriate acquisition decisions. After reviewing the responses, if the Government plans to proceed, a solicitation will be published on the SAM.gov website. NO SOLICITATION/SYNOPSIS IS CURRENTLY AVAILABLE. All interested offerors will have the opportunity to respond at a later time.
Scope Information The work may involve performing Site Inspections, Remedial Investigations, Feasibility Studies, Proposed Plans, Records of Decision, Engineering Evaluation and Cost Analysis, Remedial Designs, Removal Designs, Removal Actions, Interim Removal Actions, and/or Remedial Actions at HTRW sites addressed through various programs including the U.S Environmental Protection Agency’s (USEPA’s) Superfund Program, the Department of Defense’s (DoD’s) Base Realignment and Closure Program (BRAC), the Defense Environmental Restoration Program (DERP), and other Interagency Support Customers. HTRW work for USACE must generally comply with the DERP statute [10 USC 2700 et seq.], CERCLA 42 USC 9601 et seq., EOs 12580 and 13016, the NCP, and all applicable DoD and Army policies. Interested firms should submit a brief synopsis describing their size, small business status, personnel makeup, experience, and expertise, including registered personnel they have on staff or plan to provide through a consultant. Products shall typically be produced to USACE guidelines and specific formats, including design drawings in Autodesk CADD software, specifications using SPECSINTACT, cost estimates with MII, schedules with Primavera P6 and MS Project, and comment resolution via ProjNet (DrChecks).
Responses Interested firms should submit a capabilities package including: Firm’s name, address, point-of-contact, phone number, email, CAGE, and UEI. Business classification (e.g., 8(a), HUBzone, WOSB, VOSB, SDVOSB, SB, or none). Names and roles of proposed subcontractors. Size of the firm and team members. Experience and capabilities of the firm and team. Details of experience related to: Implementing and executing HTRW projects in all CERCLA phases. Soil and sediment investigation, including dredging support. Geological, geotechnical, and geophysical investigations. Groundwater, surface water, and porewater investigations. Vapor intrusion investigation and mitigation. Environmental chemistry data collection, analysis, management, and interpretation, including accreditation and data management systems. Preparation of QAPPs, CSMs, and DQOs. Toxicology and risk assessments. Environmental investigation and cleanup within regulatory requirements. Evaluation and design of remediation strategies. Operation and maintenance of HTRW remedial actions. Groundwater modeling and natural attenuation assessment. GIS capabilities, including shapefile or Geodatabase formats. Community outreach and risk communication. Design deliverables in MicroStation or AutoCAD. Specifications for construction contracts using federal standards. Cost estimates with MII or RACER and Life Cycle Cost Analysis. Firms should also submit project overviews of up to five (5) projects demonstrating their capabilities, including project name, client, photos, start and end dates, contract value, size, cost, and client contact. Projects should be representative of the listed capabilities, with overlapping elements where possible. If a firm is a small business (including 8(a), HUBzone, WOSB, VOSB, SDVOSB), they should describe their in-house capabilities to meet the work requirements. This applies to each task order set aside for SB concerns. Contractors must adhere to subcontracting limitations as per RFO 52.219-14, including the definition of “similarly situated” subcontractors. Small and large businesses should describe their plan for selecting subcontractors for disciplines not available in-house, ensuring experience and quality. Interested firms should also provide input on their ability to participate in a MATOC pool of up to $49M, assuming they would execute $8M over five years. Finally, firms should answer whether they have a dedicated federal work business line and the number of staff supporting federal work. Responses should be in a .pdf file, not exceeding 25 pages (excluding cover), with bookmarks and searchability. Due date is May 28, 2026. Send responses to Tyler Maryak at tyler.s.maryak@usace.army.mil. No phone calls or appointments are accepted. This survey is not a solicitation and does not obligate the Government. The Government will not pay for responses or return data. The survey remains valid for one year from the notice date.
Additional Links: US Army Corps of Engineers, New England District