MODIFICATION
C -- $70M SB Roads & Railways A-E Services MATOC
- Notice Date
- 9/19/2025 1:04:40 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541330
— Engineering Services
- Contracting Office
- W071 ENDIST OMAHA OMAHA NE 68102-4901 USA
- ZIP Code
- 68102-4901
- Solicitation Number
- W9128F25RA116
- Response Due
- 10/20/2025 12:00:00 PM
- Archive Date
- 11/04/2025
- Point of Contact
- Kelly Hopper, Melanie A. Caines
- E-Mail Address
-
kelly.c.hopper@usace.army.mil, melanie.caines@usace.army.mil
(kelly.c.hopper@usace.army.mil, melanie.caines@usace.army.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- This contract is being procured in accordance with the Brooks Architect-Engineer (A-E) Act as implemented in FAR Subpart 36.6 and EP 715-1-7 Architect-Engineer Contracting in USACE. This acquisition will be used to procure highly specialized services required to provide A-E services in support of the preparation of studies, analysis, design, and construction support services for roadways and railways projects throughout the CONUS, Alaska and Hawaii, and U.S. Outlying Areas. The Government intends to negotiate and award a target of four (4) indefinite delivery contracts (IDCs), with a five-year ordering period (5-year base and NO option period) and $70,000,000 in shared capacity. There will be a $2,500 minimum guarantee, and task order maximums will be limited to the amount of available remaining contract capacity. Work will be issued by negotiated firm-fixed price task orders. The Government anticipates that future task orders will range from $25,000 to $1,000,000. When the Government awards a task order under this MATOC, the Contracting Officer shall notify all A-E firms within the MATOC pool of the task order requirement. The Task Order Requirement Notice (TORN) will include a short summary of the scope of work and may include a Request for Supplemental Information tailored to the specific task order requirement. The most current Task Order Requirement Notice (TORN) procedures will be followed for selection of firms identified as most highly qualified for that task order. North American Industrial Classification System code is 541330, which has a size standard of $25,500,000 in annual average gross receipts over the past three years. Competition for this procurement is restricted to Small Business interests.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/53598c7cefbb4de8ba9a8be43f301f55/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN07597712-F 20250921/250919230044 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |