Opportunity
SAM #W912WJ26RA013
USACE New England District MATOC for Architect-Engineering (A-E) Services
Buyer
USACE New England District
Posted
May 04, 2026
Respond By
June 05, 2026
Identifier
W912WJ26RA013
NAICS
541310, 541330
The U.S. Army Corps of Engineers (USACE) New England District is seeking proposals for up to five Indefinite Delivery/Indefinite Quantity (IDIQ) contracts under a Multiple Award Task Order Contract (MATOC) for architect-engineering (A-E) services. - Government Buyer: - U.S. Army Corps of Engineers (USACE), New England District (Department of Defense, Department of the Army) - OEMs and Vendors: - No specific OEMs or vendors are named, as this is a service-based procurement - Products/Services Requested: - Architect-engineering services for large and complex projects - New construction projects valued over $15M - Military construction with A-E fees exceeding $1M - Complex facilities (medical, research) - Civil works flood risk reduction facilities - Design of new and renovated structures - Military building and site design - Sustainable design and commissioning - Civil works infrastructure planning - Environmental engineering - Value engineering - Project scheduling, modeling, diagnostics - Site investigation and historical preservation - Preparation of design documents for design-bid-build and design-build procurements - Unique or Notable Requirements: - Use of specific design and scheduling software: Microstation, Autodesk CADD, Autodesk Revit BIM, SPECSINTACT, MII, Primavera P6, MS Project, ProjNet - Professional registration required for key personnel - Compliance with small business subcontracting plans for other-than-small businesses - Work primarily within the USACE New England District (ME, MA, NH, CT, VT, RI, NY), with possible extension to other North Atlantic Division states (PA, NJ, DE, MD, VA, WV, DC) - Five-year ordering period, $180 million total shared capacity, $10,000 minimum guarantee per firm - Recent Attachments Added: - Task order selection procedures (USACE Alert 21-013) - Past Performance Questionnaire form - Joint Venture Procedure guidance
Description
1. CONTRACT INFORMATION: The U.S. Army Corps of Engineers (USACE) - New England District (CENAE) plans to award up to five (5) separate A-E Indefinite Delivery/Indefinite Quantity (IDIQ) contracts to comprise one (1) Multiple Award Task Order Contract (MATOC) for A-E services to perform General Engineering and Design Services for Larger or More Complex projects. These contracts are being procured in accordance with the Selection of Architects and Engineers as implemented in Federal Acquisition Regulation (FAR) Revolutionary FAR Overhaul Part 36. The total shared capacity of the MATOC is $180,000,000. The North American Industrial Classification System (NAICS) Code is 541330. Work will primarily be performed within the boundaries of the U.S. Army Corps of Engineers (USACE) New England District (ME, MA, NH, CT, VT, RI, and NY), but could also include other states and districts covered by the USACE North Atlantic Divisions (NAD) mission areas (PA, NJ, DE, MD, VA, WV, and the District of Columbia). The contracts will be negotiated and awarded with a five-year ordering period. Award of contracts to the selected firms is anticipated in May 2027. The minimum guarantee amount per firm over the life of each contract is $10,000.
Upon identification of a need for A-E services within the scope of these contracts, selection for a specific task order will be in accordance with USACE Alert 21-013, Updated Procedures for the Selection of Task Orders on Architect-Engineer Indefinite Delivery Contracts dated 14 April 2021 (USACE Alert 21-013) and can be found attached (Attachment A). The selected firm will subsequently be issued a request for proposal with the intent of negotiating a fair and reasonable price for a firm-fixed-price task order.
Any other-than-small business that is ultimately selected must comply with FAR 52.219-9 Alt II, Small Business Subcontracting Plan (FEB 2026) and submit a Small Business Subcontracting Plan. This is only required of firms selected for negotiations and is to be provided in response to a future Request for Proposal. The Small Business Subcontracting Plan will contain small business goals for all of the Small Business Programs (Small Business, Women-Owned Small Business (WOSB), Service-Disabled Veteran Owned Small Business (SDVOSB), Small Disadvantaged Business (SDB) and HUBZone Small Business). The Subcontracting Plan must be reasonable, attainable, and challenging.
2. PROJECT INFORMATION: The work includes, but is not limited to, various engineering, design, and/or construction services for larger or more complex projects. Larger or more complex projects include A-E Services related to projects such as: new construction projects valued at greater than $15M; construction projects authorized under Military Construction Army (MCA) and Air Force (MCAF) with A-E fees expected to exceed $1M; complex or specialized facilities such as those in support of medical or research facilities; and/or construction of new civil works flood risk reduction facilities. Work to be performed may relate to, but is not limited to, the following: the design of new and renovated structures; military building and site design; design of any other unique structure; sustainable design and commissioning; general site engineering; military master planning; planning and design for civil works infrastructure including projects related to the development of water resources; environmental engineering and compliance; value engineering; project scheduling; modeling of coastal and inland waterways; diagnostics, assessments, site investigation and other data collection tasks for general architectural or engineering use; and/or historical preservation.
Architect-Engineering Services that may be required under this contract include the preparation of: design drawings, technical specifications, construction cost estimates, design and construction schedules, design analyses, engineering calculations, design-build requests for proposal, conceptual designs, planning studies, engineering studies and other technical reports, LEED project documentation, commissioning reports, and/or value engineering (VE) studies. Services may also include all architectural and engineering tasks necessary to develop the documents listed above to also include: developing models, economic analyses, topographic surveying, aerial and other types of surveying, development and use of GIS systems, and construction phase services to include shop drawing review, as-built drawing preparation, preparation of O and M manuals, and/or engineering consultation services.
Design documents to be prepared by the A-E for Construction procurement may be for either design-bid-build (DBB) or design-build (D-B) procurements. DBB submittals would include plans, specifications, design analysis, construction cost estimates, and construction phasing plans and schedules for a design charrette/concept (15%) design, schematic (35%) design, design development (65%), draft construction document (95%) and final construction document (100%) submittals. D-B submittals would include plans, specifications, basis of design, construction cost estimates, and construction phasing plans and schedules for a design charette/concept (15%) design, schematic (35%) design submittals, and draft final and final D-B Request for Proposal (RFP) submittals.
Products shall be produced to Corps of Engineers guidelines and specific formats set forth under the base contract and/or by individual task order. The firm shall be required to: provide design drawings in Microstation or Autodesk CADD software (latest version); use Autodesk Revit Building Information Modeling (BIM) software; use Corps computer-based specification software for the development of Specifications (SPECSINTACT); use the latest version of MII (cost engineering software as provided by the Government and licensed to the firm) for the development of construction cost estimates; use Primavera P6 for developing detailed construction schedules and use MS Project for more basic design and constructions schedules; and utilize ProjNet (DrChecks) (https://wwwprojnet.org) for comment resolution of design review submittals.
3. SELECTION CRITERIA: The selection criteria and each sub-criteria are listed below in descending order of importance. Criteria (a) through (f) are primary factors. Criteria (g) (h) and (i) are secondary factors and will only be used as tie-breakers among firms that are essentially technically equal. Note that in the criteria below, reference to firm refers to the prime A-E firm and its proposed team unless otherwise indicated.
(a) Specialized Experience and Technical Competence. Firms should demonstrate specialized experience and technical competence in the following: Development of DBB or D-B documents for vertical construction projects for the federal government with estimated construction costs greater than $15M; Development of DBB or D-B documents for military construction (buildings and site work); Development of DBB or D-B documents for new Civil Works flood risk reduction facilities with focus on coastal and riverine structural alternatives (such as those involving pump stations, flood walls, and gate structures); Development of DBB or D-B documents for large, complex, and/or specialized facilities such as those in support of medical or research facilities; Commissioning of Buildings and Systems in accordance with ASHRAE standards; Use/knowledge of MII for development of construction cost estimate and SPECSINTACT for specifications development. Information contained in the SF330 Part I, Section F will be the primary basis for evaluation against this criteria, though Section H will also be used. See Section 4 below for specific instructions on project information to be included in Section F. Projects in which the firms primary work (planning, full design as the A-E for a DBB procurement or the Designer of Record (DOR) on a D-B contract, or development of the RFP for a D-B procurement) was completed within the last 10 years will be given greater consideration and those projects in which the firms primary work has not yet been completed will be given less consideration. Projects shall be listed in order of relevance to the work to be done under this contract as determined by the firm (see Section 3.d below).
(b) Professional Qualifications. The evaluation of Professional Qualifications will consider education, training, professional registration, certifications, and relevant experience of personnel to accomplish the work specified above. Any past design and/or planning experience on USACE-managed projects should be identified. Information contained in the SF330 Part I, Section E will be the primary basis for evaluation against this criteria, though Sections D and H will also be used. Resumes are required for the following key personnel. Resumes should clearly indicate which role listed below is being filled by each individual in Block E, Box 13 of the SF330. All proposed personnel are required to have professional registration in any state by time of award unless otherwise noted. See also additional requirements for certain disciplines below. Proposed personnel shall be those individuals expected to be utilized to a significant extent under the contract. If personnel other than those identified in the SF330 are to be used, the personnel replacing them must have equal to or greater than qualifications and will require Contracting Officer approval. - Project Manager* Vertical/Military Construction (2 resumes) (registered as an engineer or architect) - Project Manager* Civil Works Infrastructure (registered as an engineer) - Architect (2 resumes) - Mechanical (HVAC/Controls) Engineer - Fire Protection Engineer (registered as a Fire Protection Engineer) - Commissioning Specialist defined as architect or engineer to serve as individual ensuring compliance with commissioning requirements for design or construction phases (professional registration not required)- Electrical Engineer (Building Systems)- Lead Cybersystems Security Engineer** (professional registration not required) - Communications Systems Designer/Specialist (a Registered Communications Distribution Designer (RCDD))- Structural (Vertical Construction) Engineer- Civil Engineer (registered in at least one of the six New England states or NY) - Geotechnical Engineer (registered in at least one of the six New England states or NY)- Mechanical (Large Pump Systems) Engineer - Mechanical (Hydraulics/Gate structures) Engineer - Electrical (Supply and Distribution) Engineer - Structural (Flood Control Infrastructure) Engineer - Construction Cost Estimator (with MII experience; professional registration not required) - CADD/BIM Manager/Specialist (professional registration not required) * Project managers shall have a minimum of 10 years of experience managing design projects and a minimum of 5 years as a project manager specific to their specialty in vertical/military construction or civil works infrastructure. ** The Lead Cybersystems Security Engineer is responsible for the cybersecurity design of Facility Related Control Systems (FRCS). The Lead Cybersystems Security Engineer shall have experience in applying cybersecurity control measures to control system platforms and should have a thorough knowledge of Unified Facility Criteria (UFC) 4-010-06 Cybersecurity for Facility-Related Control Systems or Unified Facility Guide Specification (UFGS) 25 05 11 Cybersecurity for Facility-Related Control Systems. Should any task orders be issued for work in other portions of NADs mission areas (PA, NJ, DE, MD, VA, WV, and the District of Columbia), the firm will need to demonstrate applicable professional registration in those locations within the task order proposal. Should any survey work need to be accomplished under this contract, the firm must demonstrate in the task order proposal that its proposed survey team member is registered in the state where the work is to be performed. The firm should also have on staff (or provide through a consultant) a SAVE International-accredited Certified Value Specialist (CVS) to facilitate VE study workshops for construction projects as directed. (c) Work Management and Teaming. A proposed management plan shall be presented in Part I, Section H of the SF 330 that references the organization chart provided in Part I, Section D of the SF 330. The plan shall briefly address the firms proposed work management approach for executing work to be performed under this contract. The plan shall include team composition, roles and responsibilities of management personnel and each subcontracted firm, and its approach for ensuring the quality of work performed by the firm and its subcontractors. The plan shall include the total number of discipline personnel and specify the number of the personnel that will be available to the Government under the IDIQ. The plan shall include information on quality control procedures, cost and schedule control, coordination of in-house disciplines and consultants, and relevant experience working with each of the subcontractors on similar projects. Sections C, D, G, and H will be used to evaluate this criterion.
In reviewing the project management and teaming information, the evaluation board will consider how the firms, including joint ventures (JV) and Offerors utilizing affiliates, subsidiaries, parent, LLC, and LTD member companies, are organized and how they propose to execute assigned task orders in accordance with Section 4 Submission Requirements.
(d) Past Performance. The firm shall demonstrate a good record of past performance on contracts with respect to quality of work, management, cost control, compliance with performance schedules, and ability to manage subcontractors. Assessment against this criterion will be determined primarily by evaluating ratings performed in Contractor Performance Assessment Reporting System (CPARS), the Government-wide evaluation reporting tool for all past performance reports on contracts, or via those provided in Past Performance Questionnaires (PPQs). In reviewing past performance information, the evaluation board will consider the relevancy of the past performed work in addition to how well the firm performed. Positive references from customers and other verifiable information as to exemplary performance may also be considered as provided in Part I, Section H of the SF330.
With its SF330, the firm must provide the CPARS report or PPQ for each of the first five projects identified in Section F of the SF330, as these projects should be the most relevant project examples provided. NOTE: The most recent CPARS report, including interim CPARS, is to be provided for any federal contract unless a specific explanation is provided as to unavailability of a CPARS rating; do not submit a PPQ when a completed CPARS is available.
If the project/s is/are not a federal project or a CPARS report is not available, the firm shall complete Part I of the PPQ, send it to the customers for the project(s) as applicable, request that they complete Part II of the PPQ and return to the firm, and submit it with the SF330 submission. No sealed envelope is required. A blank PPQ can be found attached to this synopsis/solicitation (Attachment B). The firm shall provide the full contract number and task order number (if applicable) for any Federal contract listed in Section F of the SF330.
The evaluation board may seek and consider past performance information from other sources but is not required to if none is available from CPARS or if no PPQ is provided. Other sources of information the evaluation board may consider include interviews with organizations and Government personnel familiar with the firms performance. If little to no relevant past performance data (CPARS reports, PPQs, or information in Section H) is available for the five most relevant projects, the firm may be given a neutral evaluation regarding past performance. CPARS reports or PPQs shall be placed at the end of Part I of the SF330 (they will not be counted towards the page count).
(e) Capacity. The firm must demonstrate the capacity to execute multiple task orders concurrently while maintaining quality and schedule. Firms will be evaluated as to its ability to execute $4M in task orders per year over the five (5) years of the contract. A firm will be evaluated on the available capacity of key personnel from the prime firm and its team based primarily through a review of each firms Part II submission and any information provided in Section H as to their methods for managing workload.
(f) Knowledge of the Locality. The board will evaluate the firms demonstration of its knowledge and experience with state and local codes, local geologic and subsurface features, environmental conditions, climatic conditions, local construction methods, local construction costs, and permit requirements for projects located in the USACE NADs mission areas with a focus on the six (6) New England states. The basis of the evaluation will be the information in Sections E, F, and H of the SF 330.
(g) Geographic Proximity. Location of the firms office(s) as well as those of its team in the general geographical area of the six (6) New England states will be considered. The basis of the evaluation will be the information in Sections C and H of the SF 330.
(h) Extent of Participation of Small Business (SB) concerns. The firm shall identify its small business team members and indicate its commitment to utilize SBs on its team to include Woman-Owned Small Business (WOSB), HUBZone Small Business, Service-Disabled Veteran-Owned Small Business (SDVOSB) and Veteran-Owned Small Business (VOSB). Extent of use will be measured as a percentage of the total anticipated contract effort, regardless of whether the small business concern is a prime contractor, sub-contractor, or joint venture partner; the greater the participation the greater the consideration.
(i) Volume of DoD A-E Contract Awards. Firms shall indicate in Section H of the SF 330 the volume of DoD A-E contracts awarded to the prime (or Joint Venture) in the last 12 months. The information will be verified and updated during the interviews with the most highly qualified firms. The equitable distribution of DoD A-E contracts among firms, including SB and SDB, will be considered.
4. SUBMISSION REQUIREMENTS: Interested firms able to perform this work must submit Parts I and II of the SF 330 for the prime firm (or joint venture). Part II of the SF 330 must also be submitted for each consultant and, if a joint venture, for the joint venture entity, or each firm in the joint venture. Please note that a separate Part II is required for each branch office of the prime firm and any subcontractors that will have a key role in the proposed contract. If a joint venture is being utilized, a copy of the joint venture agreement is to be included in Part II. The joint venture agreement will be consistent with the attached Joint Venture Procedure (Attachment C). This joint venture agreement will not be included within the page limit stated below.
If an Offeror is utilizing experience of affiliates, subsidiaries, parent, LLC, LTD member companies (i.e., Offerors name is not exactly as stated on the SF1442), the proposal should clearly demonstrate how that affiliate/subsidiary/parent firm will have meaningful involvement in the performance of this contract. The relevant consideration is whether the resources of the parent or affiliated company - its workforce, management, facilities, or other resources - will be provided or relied upon for contract performance, such that the parent or affiliate will have meaningful involvement in contract performance. The proposal must demonstrate similarity of the parent or affiliates proposed role on this procurement and the parent or affiliates proposed role submitted for experience in order to receive credit for the parent or affiliates experience.
Submissions must be made to: U.S. Army Corps of Engineers, New England District, ATTN: Contracts Branch Brian Mannion, not later than 2:00 PM Eastern Daylight Time on 5 June 2026. See below for the authorized submission transmission method.
Include the firms UEI number on the SF 330, Part 1, Block B.
On the SF 330, Part 1, Block C, provide the UEI number for each consultant.
On the SF330, Part I, Block F, ten example projects shall be listed in order of relevance to the type of work anticipated to be performed under this contract. A project is defined as work performed under a single task order or contract. For multiple award and indefinite delivery/indefinite quality type contracts, the contract as a whole shall not be submitted as a project. In this event, Offerors shall submit the work performed under a task order as a project, or it will not be reviewed. If the Offeror is a JV, relevant project experience should be submitted for projects completed by the JV entity. Note that multiple projects performed under an IDIQ contract cannot be submitted as a single example project but work that encompasses multiple phases/contracts for a single project can be submitted.
In the SF 330, Part I, Block F, Box 24, provide the following information for each project: month/year the firms work started and completed broken out by design phase and construction phase; type of product developed (e.g., full design for DBB procurement; prepared RFP for a D-B procurement; Designer of Record on a D-B procurement; study; or other); total contract value of the A-Es contract on the project including a) a breakout of the value of the work performed by the A-E along with their role on the contract, and b) value of work performed by any team subcontractors on the project and their roles; physical size of the designed facility; and construction cost as applicable. In Block F, Box 23, provide customer point-of-contact who can be reached for references to include email address in Box 23 (c). If a sample project is a federal procurement, include the applicable contract number in Block F, Box 21.
In the SF330, Part I, Section H, the A-E firm may also provide supplemental information to address all aspects for which Specialized Experience and Technical Competence is being sought as well as documentation to support past performance selection criteria such as verifiable information demonstrating exemplary past performance.
The Offerors response shall be submitted electronically. Files shall not contain classified data. The use of hyperlinks in responses is prohibited.
PIEE PROPOSAL SUBMISSION INSTRUCTIONS: ALL SUBMISSIONS TO THIS ANNOUNCEMENT SHALL BE SUBMITTED ELECTRONICALLY THROUGH THE ARMYS ELECTRONIC FILE SHARING SERVICE, PROCUREMENT INTEGRITY ENGERPRISE ENVIRONMENT (PIEE) (HTTPS://PIEE.EB.MIL/), USING THE SOLICITATION MODULE AND THE OPEN SOLICITATION ASSOCIATED WITH THIS SOLICITATION NUMBER.
The Government will not accept: paper copies, CD-ROMs, emails, facsimile submissions, proposals uploaded to any other module in PIEE, or any other method of submission. These proposals will not be retrieved or evaluated.
Information regarding how to set up a vendor registration is included in this link- https://piee.eb.mil/xhtml/unauth/web/homepage/vendorGettingStartedHelp.xhtml
Information regarding role assignment during vendor registration is included in this link- https://sam.gov/opp/2b0a3d5c4c454beb8fefa3d844544a1d/view
File Size Limitations: Offerors are advised to follow the PIEE instructions for uploading files. PIEE supports delivery up to 1.9 GB per file, with no limit on the number of files, as well as multiple file formats. If needed, Offerors are advised to break the files down into smaller sections in order to upload it to the system. In such cases, please divide the sections as logically as possible and be sure to clearly name the files as specified below.
File Naming Convention: To ensure your submission is received and processed appropriately, it is important that interested parties CAREFULLY ensure their electronic files adhere to the following naming convention:
W912WJ26RA013-FIRMNAME-VOLUME I
W912WJ26RA013 -FIRMNAME-VOLUME II
Each file name shall begin with the solicitation number followed by the firms name and a brief file description. Please see examples above.
Upload Completion and Deadline: Interested parties shall submit responses no later than the date and time specified on the solicitation document. The time and date of proposal receipt will be the upload completion/delivery time and date recorded within the PIEE site. Do not assume that electronic submission will occur instantaneously. Large files (e.g., 10MB or more) will take some time to upload. Offerors should time their upload effort with prudence by not waiting until the last few minutes this will allow for unexpected delays in the transmittal process. Offerors are encouraged to keep a copy of the PIEE upload confirmation for their record.
Proposals sent through proprietary or third-party File Transfer sites, email, or DoD SAFE WILL NOT be retrieved and evaluated. It is the responsibility of the Offeror to confirm timely receipt of proposals. All proposals received, as confirmed by the date/time recorded within the PIEE site, after the exact time specified for receipt on the solicitation document shall be treated as late submissions and will not be considered.
The SF 330, Part I, shall have a page limit of 65 pages. A page is one side of an 8 x 11 sheet of paper. 11 x 17 (single side) pages may be used to provide graphical information or images that do not fit well on an 8 x 11 sheet but this counts as two pages. Front and back cover, section dividers, and any cover letter, do not count toward the page limit. Font size for data entry cells shall not be less than 10 font and the margins for pages that supplement the SF 330 forms shall not be less than one inch with the exception that half inch margins are allowed when using the Standard Form 330 template. Pages in excess of the page limit will not be evaluated.
A recent SF330 Part II for each office of participating firm in the proposed team shall be provided with each submission. The selected firm must be registered in the System for Award Management (SAM) prior to award. Information regarding registration can be obtained online at www.sam.gov or by telephone at 1-866-606-8220.
For any general or administrative questions, contact the contract specialist, Mr. Brian Mannion, at 978-318-8478 or via email at Brian.T.Mannion@usace.army.mil by 25 May 2026. This is not a request for proposal. Personal visits for the purpose of discussing this announcement prior to the closing date of this announcement will not be entertained or scheduled. However, questions may be directed to the point of contact for this announcement.
Enclosures: Attachment A: Updated Procedures for the Selection of Task Orders on Architect-Engineer Indefinite Delivery Contracts dated 14 April 2021 (USACE Alert 21-013) Attachment B: Past Performance Questionnaire (PPQ) Form Attachment C: Joint Venture Procedure Additional Links:Department of Defense Procurement ToolboxPIEE Solicitation Module Link for W912WJ26RA013Registration Instructions for the PIEE Solicitation ModuleWeb Based Training for the PIEE Solicitation Module