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. 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 A-E firms awarded contracts under the MATOC. 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 successfully perform the work identified. 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 (e.g., all SB contractors or all contractors), 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 be in accordance with 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 the summer of 2027 for a period not to exceed five (5) years. The intent 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 location of the work to be performed under this contract shall be primarily in the six (6) New England states (ME, NH, VT, MA, CT, and RI), but will also include all other states and districts covered by USACE N…
Classification
Place of Performance
Contracting Office
Contacts