Opportunity

SAM #W9123726RA007

USACE National Dam Safety Engineering and Design Services Solicitation

Buyer

USACE Huntington District

Posted

May 12, 2026

Respond By

June 12, 2026

Identifier

W9123726RA007

NAICS

541330, 541340, 541310

The U.S. Army Corps of Engineers (USACE), Huntington District, is seeking architect-engineer (A-E) firms to provide national dam safety engineering and design services for the Dam Safety Production Center (DSPC). - Government Buyer: - US Army Corps of Engineers, Engineer Division Great Lakes and Ohio, Huntington District - Scope of Services: - Multidisciplinary engineering and architectural services for flood control dam and levee safety projects - Includes planning studies, engineering investigations, risk assessments, designs, construction plans and specifications, cost estimates, surveys, CADD, and construction consultation and inspection/quality assurance - Covers dam safety design and analysis, flood damage reduction engineering, civil engineering, hydrologic and hydraulic studies, structural analysis, geotechnical engineering, geology, electrical/mechanical design, sanitary and water projects, bridge inspection, roadway design, and cost development - Notable Requirements: - Compliance with USACE standards and quality control plans - Site-specific safety and health plans - Compatibility with specified CAD and office automation software (e.g., Bentley ProjectWise, Autodesk AutoCAD, Microsoft Office 365, Adobe Acrobat Professional) - Firms must demonstrate specialized experience, professional qualifications, and robust quality management systems - Contract Structure: - At least three firm-fixed price indefinite delivery contracts - Combined contract capacity up to $250 million over five years - No specific OEMs or vendors are named; the focus is on professional engineering and architectural services

Description

CONTRACT INFORMATION: This contract is being procured in accordance with the Selection of Architect Engineers Act, the provisions outlined in FAR Subpart 36.6, and the procedures provided in Engineer Pamphlet (EP) 715-1-7, section 3-16. Architect-Engineers (A-E) will be selected for negotiations based on demonstrated competence and qualifications for the type of professional services required. Work will be performed for the Corps of Engineers and its customers, including other Government agencies, and State and local entities. Orders may only be issued for Flood Control Dam and Levee work.

Work Location and Scope Work will predominantly occur within the boundaries of the continental United States and its territories, though limited work may potentially occur outside the continental United States when such work is assigned to the U.S. Army Corps of Engineers (USACE). Architect-Engineering services are required for diverse types of Flood Control Dam and Levee Safety Civil Works and MILCON support projects assigned to or by the Dam Safety Modification Center (DSMC). The contract will also provide capacity within the USACE Flood Control Dam and Levee Safety community requesting Architect-Engineering assistance through the Dam Safety Modification Center.

Contract Details A minimum of three (3) firm-fixed price indefinite delivery contracts will be negotiated and awarded with a base period of one year and four option periods, each lasting one year. The award amount will not exceed $250,000,000.00 in combined capacity over the life of the contracts. Work will be issued by negotiated firm-fixed price task orders, with the most highly qualified firms in the pool selected via the Task Order Requirements Notice Process. Task Orders may range from $2,500 to $120,000,000 in value. The contracts are expected to be awarded in July 2026. The North American Industrial Classification System code is 541330, with a size standard of $25.5 million in average annual receipts.

Eligibility and Subcontracting This announcement is open to all businesses regardless of size. Large businesses must comply with FAR clause 52.219-9 (DEVIATION 2018-O00018) regarding the requirement for a subcontracting plan for the work they intend to subcontract. This requirement applies only to the most highly qualified A-Es and is not part of the submittal for this synopsis. The most highly qualified A-Es will be required to submit a Small Business Subcontracting Plan meeting statutory small business limits: 23% overall, 5% small disadvantaged (including 8(a)), 5% woman-owned, and 3% each for Service-Disabled Veteran-Owned Small Business and HUBZone businesses prior to award.

Submittal Requirements All responses to this requirement should be submitted electronically. Electronic submissions are limited to a maximum of 2 pages per individual resume and 4 pages per project information, front-only, using 12-point Times New Roman font, except where mandated fillable forms require smaller fonts. The total submission should not exceed 200 pages (excluding past performance). No paper copies, CDs, DVDs, thumb drives, emails, or facsimiles will be accepted. Submissions must be received by 5:00 PM Eastern Time on June 12, 2026. Resumes are limited to two pages (one page front and back equivalent). Include the A-E's Cage number. This is not a Request for Proposal, and no additional project information will be provided during the announcement period. The Point of Contact for this procurement is Lillie V. Bodie, who can be reached at lillie.v.bodie@usace.army.mil.

View original listing