SOURCES SOUGHT
C -- Architect Engineer Support to support Mobile and Savannah Districts Planning and Environmental Divisions.
- Notice Date
- 2/2/2026 6:21:05 AM
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- W074 ENDIST MOBILE MOBILE AL 36602-3630 USA
- ZIP Code
- 36602-3630
- Solicitation Number
- W9127825RA003
- Response Due
- 2/26/2026 12:00:00 PM
- Archive Date
- 03/13/2026
- Point of Contact
- Danielle Kachele, Phone: 2516943812, Elisha Couch, Phone: 2516903354
- E-Mail Address
-
danielle.l.kachele@usace.army.mil, elisha.couch@usace.army.mil
(danielle.l.kachele@usace.army.mil, elisha.couch@usace.army.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- This is a SOURCES SOUGHT SYNOPSIS and is NOT a solicitation announcement. The purpose of this Market Research and Sources Sought Notice is to gain knowledge of potential qualified Small Business, HUBZone, 8(a), Service-Disabled Veteran Owned, Women Owned Small Business, and Unrestricted firms. Responses to this Sources Sought Synopsis will be used by the government in making appropriate acquisition decisions. The U.S. Army Corps of Engineers (USACE), Mobile District, anticipates a future Indefinite Delivery/Indefinite Quantity (IDIQ) procurement to acquire Architect-Engineer (AE) Services under individual task orders to support Mobile and Savannah Districts Planning and Environmental Divisions. AE Services under this contract will include but are not limited to all products and studies associated with the preparation of Installation Master Plans/General Plans/Area Development Plans and the preparation of master plans for development and management of military and civil facilities, including natural and cultural resources management planning. Execution of Master Planning services may also include specialized experience and technical competence in the following supporting areas:: Project development/management documents, plans, and reporting (NEPA, natural/cultural, endangered species, compliance, cleanup, formulation, pest, forest, clean water/air, RCRA, mitigation, real estate, etc. Studies, assessment, evaluations, surveys, and testing (biological, chemical, ecological, wildlife, habitat, cultural/historic/architectural, archaeological, encroachment, land/wetland, shoreline, infrastructure, sustainability, economic, dredge material, encroachment, noise, land acquisition, infrastructure, sustainability, risk, GIS, etc.) Coordination with interested Federal, state and local agencies and organizations. Creation/execution of public involvement plans and facilitation of public meetings, workshops, training, etc.) The selected firms must have, either in-house or through consultants, the following disciplines, with professional registration required where applicable: (1) Project Manager; (2) Biologist/Ecologist/Environmental Scientist; (3) Water Resource Planner; (4) Land-Use Planner; (5) Cultural Resources Specialist; (6) Real Property Master Planner; (7) Civil Engineer (PE); (8) Program Manager; (9) Community Planner (AICP); (10) Facilitator; (11) Landscape Architect, Highlight/Emphasize experience with Military Master Planning projects. Sources are being sought for firms under North American Industry Classification System (NAICS) Code of 541330 with a Small Business Size Standard of no greater than $25,500,000 average annual receipts over five years. Responses are requested with the following information: 1. Offeror�s name, address, points of contact with telephone numbers and email addresses. 2. Business size/classification to include any designations as Small Business, HUBZone, Service-Disabled Veteran Owned, Woman Owned, or 8(a) shall be indicated on first page of submission. 3. Description of firm's capability to provide the AE services with necessary personnel; capability to manage the disciplines; and capacity to execute at least three (3) task orders under this IDIQ simultaneously. 4. Past performance/experience on IDIQ contracts of similar scope, describing no more than five (5) projects that are at 100% complete within the past five years of the issue date of this Notice. The past performance information should include project title, location, general description of the A-E Services to demonstrate relevant to Military Master Planning projects the Offerors� role, dollar value of contract, and name of the company, agency or government entity for which the work was performed with contact information (reference name, phone number, and email address). Include a quantifiable amount (percentage) to the project your company contributed to the overall scope of work. Prime Contractor experience is required. Include prior experience with subcontracting team. FAR 52.219-14 Limitations on Subcontracting will not pay more than 50 percent of the amount paid by the Government for contract performance to subcontractors that are not similarly situated entities. NO RESPONSES WILL BE ACCEPTED BY FAX OR MAIL. ALL RESPONSES MUST BE SENT via EMAIL, DIRECTED to: Danielle Kachele and/or Elisha Couch. Should you have any questions, please reach out to Danielle Kachele at Danielle.l.kachele@usace.army.mil Submittals are due no later than 2:00 pm CT on Thursday, February 26, 2026. Submittals will not be returned. Telephonic responses will not be honored. This is not a Request for Proposal, only a Request for Information. No award will result from this Sources Sought. This notice does not constitute any commitment by the Government. Limit response to eight (8) pages or less. Note1: This synopsis is not to be construed as a commitment by the Government, nor will the Government pay for the information solicited. Note 2: Large Businesses need not respond. Note 3: All advertisements of Mobile District projects will be through official government points of entry. *** End of Sources Sought Notice ***
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/27019d30a3f64915957a83d6b7f5ec5f/view)
- Place of Performance
- Address: Mobile, AL 36602, USA
- Zip Code: 36602
- Country: USA
- Zip Code: 36602
- Record
- SN07703294-F 20260204/260202230044 (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 |