Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 31, 2026 SAM #8832
SOLICITATION NOTICE

C -- $230M Regional AE Vertical Design MATOC

Notice Date
1/29/2026 7:43:24 AM
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
W075 ENDIST SACRAMENTO SACRAMENTO CA 95814-2922 USA
 
ZIP Code
95814-2922
 
Solicitation Number
W9123826RA007
 
Response Due
1/12/2026 11:00:00 AM
 
Archive Date
02/13/2026
 
Point of Contact
Sean Summer, Phone: 9165577792, Amelia K. Bryant
 
E-Mail Address
sean.a.summer@usace.army.mil, amelia.k.bryant@usace.army.mil
(sean.a.summer@usace.army.mil, amelia.k.bryant@usace.army.mil)
 
Small Business Set-Aside
NONE No Set aside used
 
Description
PRESOLICITATION NOTICE Agency: Department of the Army, U.S. Army Corps of Engineers (USACE), South Pacific Division (SPD), administered by the Sacramento District (SPK) Project Title: Indefinite Delivery Contract (IDC), Multiple Award Task Order Contract (MATOC) for Vertical Architect-Engineer (A-E) Services Location: U.S. Army Corps of Engineers (USACE), South Pacific Division (SPD) Area of Responsibility, including California, Arizona, Nevada, Utah, New Mexico, and portions of Colorado, Oregon, Idaho, Wyoming, and Texas. NAICS Code: 541330 � Engineering Services PSC Code: C219 � Architect and Engineering MATOC Contract Capacity: $230,000,000 Estimated Ordering Period: One (1) base year, with one (1) option year Performance Structure: Multiple Award Task Order Contract (MATOC) with an Unrestricted pool and a Small Business Reserve pool. Contract Type: Multiple Award Task Order Contract (MATOC); Firm-Fixed-Price task orders Set-Aside: Unrestricted with a Small Business Reserve 1. GENERAL INFORMATION The U.S. Army Corps of Engineers, Sacramento District (USACE SPK), on behalf of the South Pacific Division (SPD), intends to solicit SF330 qualification packages for a Multiple Award Task Order Contract (MATOC) to procure vertical design Architect-Engineer (A-E) services. This notice is for planning and information purposes only and does not constitute a solicitation. The Government intends to award approximately six (6) to nine (9) Unrestricted and three (3) to five (5) Small Business Reserve Indefinite Delivery Contracts (IDCs). The MATOC will have a total shared capacity of $230,000,000.00. The contract ordering period will be for one base year with one option year, with an anticipated award in the first quarter of Fiscal Year (FY) 2027. 2. SCOPE OF WORK (OVERVIEW) The MATOC will support the Military Design, Interagency and International Services (IIS), and limited Civil Works (CW) programs throughout the SPD Area of Responsibility. The scope requires a full range of A-E services for primarily vertical construction projects. Anticipated work includes: Pre-Design Services: Site investigations, planning charrettes, and DD1391 preparation. Design Services: Parametric estimating, full and partial designs (plans and specifications), and preparation of Design-Build Request for Proposals (RFPs). Construction Phase Services: Engineering During Construction (EDC), quality assurance, and materials testing. Project Types: Repair/modernization of existing facilities, design of new facilities, utility systems, historic preservation, and sustainable design. Individual task orders will be competed and awarded to one of the MATOC holders. 3. TECHNICAL COMPLEXITY AND RISK The work involves a wide range of A-E disciplines supporting diverse and technically complex military, interagency, and civil works projects across a large geographic region. Successful performance requires demonstrated experience with: Multi-discipline A-E design for vertical construction. Department of Defense (DoD) and USACE design standards and criteria. Sustainable design principles and Leadership in Energy and Environmental Design (LEED). Historic preservation and modernization of aging facilities. Management of multiple, concurrent task orders in various locations. 4. PROCUREMENT STRATEGY USACE SPK anticipates awarding one (1) MATOC with multiple IDC awards under this solicitation. The procurement will utilize Brooks Act procedures in accordance with FAR Part 36. Selection will be based on demonstrated competence and qualifications for the required services. Firms will be selected for negotiations based on an evaluation of submitted SF330 (Architect-Engineer Qualifications) packages. 5. SMALL BUSINESS CONSIDERATIONS This acquisition includes a specific Small Business Reserve with an anticipated three (3) to five (5) contracts set aside for qualified small businesses. Small business participation is a key component of this acquisition strategy. 6. ANTICIPATED SOLICITATION INFORMATION Anticipated Synopsis/Solicitation Issue: February 2026 Anticipated Award Date: First Quarter of FY 2027 Contract Duration: One (1) base year with one (1) option year 7. DISCLAIMER This presolicitation notice is for information and planning purposes only. It does not constitute a solicitation or a request for proposals. The Government will not pay for any costs incurred in response to this notice. All submission information and dates are subject to change. Interested parties are responsible for monitoring SAM.gov for the official solicitation.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/1bdfd3e2afac42fd9efa98058c4ec5e6/view)
 
Place of Performance
Address: Sacramento, CA, USA
Country: USA
 
Record
SN07700433-F 20260131/260129230037 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2026, Loren Data Corp.