Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 08, 2025 SAM #8748
SOLICITATION NOTICE

C -- CIVIL DESIGN INDEFINITE DELIVERY CONTRACTS (IDCs) WITHIN SAN FRANCISCO DISTRICT AND SOUTH PACIFIC DIVISION

Notice Date
11/6/2025 11:46:59 AM
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
W075 ENDIST SAN FRAN SAN FRANCISCO CA 94102-3406 USA
 
ZIP Code
94102-3406
 
Solicitation Number
W912P726RA002
 
Response Due
12/3/2025 3:00:00 PM
 
Archive Date
12/18/2025
 
Point of Contact
Lisa Ip, Phone: 4155036877, Nairi Freeman, Phone: 4155036574
 
E-Mail Address
lisa.i.ip@usace.army.mil, nairi.freeman@usace.army.mil
(lisa.i.ip@usace.army.mil, nairi.freeman@usace.army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Update (November 06, 2025): Provide response to RFIs (see attachment RFI_Civil_Design_IDIQ.pdf) Update Synopsis. ******************************************************************************************************************** Update (November 04, 2025): Virtual Pre-Proposal Conference changed from November 17, 2025 at 2pm PST to November 18, 2025 at 2pm PST. Deadline for questions changed from November 19, 2025 at 3pm PST to November 20, 2025 PST. Submission method changed from PIEE to DOD SAFE. ******************************************************************************************************************** 1. CONTRACT INFORMATION: This contract is being procured in accordance with 40 United States Code, Chapter 11, Selection of Architects and Engineers statute (herein referred to as the Brooks Act) as implemented in FAR Subpart 36.6. Firms will be selected for negotiations based on demonstrated competence and qualifications for the required work. The services will consist of A-E services primarily within the Corps of Engineers, San Francisco District boundaries and secondarily for other South Pacific Division districts (Sacramento, Los Angeles, and Albuquerque) geographical area of responsibility which will include CA, NV, UT, and AZ and portions of OR, ID, CO and WY. Three or more indefinite delivery contracts (depending on sufficient Small Business Firms interest and the source selection decision regarding how many contractors are considered most highly qualified in accordance with the Brooks Act procedure) will be negotiated and awarded, each with a base period of three years and an option period of 2 years and an optional extension up to 6 months in accordance with FAR 52.217-8. The total shared capacity of this Multiple Award Task Order Contract (MATOC) will be $90 million. Work will be issued by negotiated firm-fixed price or labor-hour task orders. The selection and award of task orders under the A-E MATOC will be executed as qualification-based contract actions, per the Brooks Act and EP 715-1-7, following the requirements of FAR 16.500(d) and Subpart 36.6. North American Industry Classification System code (NAICS) is 541330, which has a size standard of $25.5 million in average annual receipts. These contracts are set-aside for small business only. The Government intends to issue multiple Firm-Fixed Price (FFP) contracts as a result of this notice. The wage and benefits of service employees (see FAR 22.10) performing under these contracts must be at least equal to those determined by the Department of Labor under the Service Contract Act, as determined relative to the employee�s office location (not the location of the work). To be eligible for contract award, a firm must be registered with the System for Award Management (SAM) database. For instructions on registering with SAM, please see the SAM website at https://www.sam.gov/. No State-Level certificates shall be accepted. 2. PROJECT INFORMATION: The A-E Services procured under these contracts support primarily Civil Engineering services for Civil Design (horizontal design) and secondarily Architectural (vertical design) projects at various locations within San Francisco District�s and South Pacific Division�s Areas of Responsibility. A-E Services for this contract will be used to provide support to all types of civil works projects such as: flood control, damage and risk reduction design, analysis and inspection services for dam and levees including but not limited to levee and dam repair, increase of dam and levee elevation, widening of levee crests, new levees, and levee inspections coastal erosion storm damage risk reduction and beach nourishment shoreline and stream bank erosion protection shallow and deep draft navigation environmental and ecosystem habitat restoration or enhancement fish and wildlife habitat conservation comprehensive watershed evaluations\ multi-purpose water resources projects water conservation water supply and distribution water quality control groundwater and wastewater treatment seismic evaluation and repair of infrastructure The services include: preliminary studies, investigation, and report development including drawings and sketches engineering design through detailed plans, specifications, and design analysis/design documentation report preparation (to include related components of surveying and geotechnical investigations) technical and biddability, constructability, operability, environmental, and sustainability (BCOES) reviews engineering support during solicitation engineering during construction service: address design-related issues (e.g. resolve Request for Information, change order), provide site inspections, conduct quality control, shop drawing review, preparation of O&M manuals, and ensure the final construction aligns with the project's original design and specifications preparation of documents for design-build request for proposals (incl. design analysis, specifications, and plans) cost engineering support including preparation of current working estimates (CWE) and cost engineering from concept through final design estimates, using MCACES construction engineering services including shop drawing review, design intent verification, and preparation of O&M manuals Value Engineering (VE) studies including recommendations and conferences preliminary designs and charrettes including Project Definition Code 3 Design with Parametric Estimating sustainable design utilizing LEED rating tools outdoor recreation, landscaping, irrigation design survey and mapping services architectural design for new buildings and/or restoration renovation of existing buildings for government visitor centers and fish hatcheries to include structural design, mechanical and electrical design, interior design, and experience with LEED certification structural analysis and design structural repairs and seismic retrofits design of new facilities or utility systems of various types, sizes, and complexities design services for new infrastructure and/or rehabilitation of existing infrastructure i.e. roads, storm and sanitary sewer, domestic water supply, electrical supply (solar and energy storage, hydropower) and district heat (services incl. design analysis, specifications, plans, drawings required to solicit for a follow-on construction contract) application of Anti-Terrorist/Force Protection criteria, preparation of DDRs, Engineering Documentation Reports (EDR), and engineering appendices in accordance with all applicable criteria. DDRs, EDRs, and engineering appendices shall include but not be limited to the following, as applicable: full record of design decisions and methods, results of investigations, analyses, and calculations made for the design. For each technical specialty, include clear definitions of all criteria, analysis methods, and assumptions. It should be sufficiently clear so that an engineer not familiar with the project could review the DDR and understand how the project evolved into its final configuration and why each key decision was made. It should be sufficiently detailed, for each technical specialty, so that the criteria used, will be evident for purposes of review and historical documentation. DDRs shall list summaries of important calculation results and selected example calculations for all critical elements of the design. The final report should contain records of the resolution of critical comments during the independent technical review (ITR) process and copy of the statement of technical review. Description of alternatives that were considered to obtain the National Economic Development Plan (NED), National Ecosystem Restoration Plan (NER) and the Locally Preferred Plan (LPP) from the projects planning study. Relocation documentation report for projects. The locations of existing utilities or facilities that require relocation for new construction or remedial work should be fully described so as to show whether such existing facilities are located within the construction footprint thus requiring temporary or permanent relocation graphical information such as design drawings, sketches, charts, diagrams, maps, profiles, or other graphical information necessary to clearly illustrate the design should be included or referenced to the contract plans. The maps should clearly identify all place names mentioned in the text of the DDR. Each task order when applicable shall include: - CD-ROMs of drawings shall be submitted in a format that is compatible with the San Francisco District�s AutoCAD system or as otherwise directed. Specific system compatibility information will be included in Task Order Statements of Work. Ability to prepare complete detailed construction drawings and specifications using Government guide specifications format shall be required. - Specs Intact Compliance: Contractor must be able to produce technical specifications in SpecsIntact format which can be downloaded from http://specsintact.ksc.nasa.gov. Technical specifications shall be produced from Unified Facilities Guide Specifications (UFGS) which is available at http://www.ccb.org/docs/ufgshome/UFGSToc.htm. - CADD Compliance: Engineering drawings must be produced on a CADD system and provide to the district in electronic format. All new drawings shall be created in accordance with the current Architectural/Engineering/Construction (A/E/C) CAD Standards, ERDC/ITL TR-12-1, CAD Drafting Standard, and Engineering and Construction Bulletin (ECB) No. 2012-22. The A/E/C CAD standards can be found at https://cadbim.usace.army.mil/default.aspx?p=a&t=1&i=7. CADD submittals will be required in AutoCAD or Autodesk Civil 3D release 2022 or 2023. - Cost estimates should be based on quantities, unit prices, construction methods, historical data, or cost models based on design information. The method selected must be equivalent and establish reasonable and supportable costs for comparison of alternate designs. Work may include but is not limited to preparing MCACES MII cost estimates on large, medium, and small projects. In addition, planning and feasibility study cost estimating will be required. Cost estimators shall be experienced using MCACES MII software and construction scheduling. Related training is available from commercial sources. For preliminary and concept design cost estimates, the Government will allow parametric spreadsheet cost estimating. - Geographic Information System (GIS) Compliance: GIS data must meet the Corps of Engineers mandated Spatial Data Standards for Facilities, Infrastructure and Environment (SDSFIE) or other customer specified standards. SDSFIE specifications and tools can be found at http://www.sdsfie.org/. GIS deliverables must be fully compatible with the San Francisco District's Enterprise GIS (eGIS) Systems which utilize Environmental Systems Research Institute (ESRI) formats. All geospatial data must be documented through the preparation of standard metadata descriptions. The Contractor shall ensure the metadata delivered is compliant with the Federal Geographic Data Committee (FGDC) Standard Content Standard for Digital Geospatial Metadata, FGDC-STP- 001-1998. A free copy of this standard is available at: http://www.fgdc.gov/standards/projects/FGDC-standards-projects/metadata/base- metadata/v2_0698.pdf. Metadata must also be compatible with ESRI software. - Documentation of in-progress reviews (IPRs) at set completion stages in the design progress, including resolutions and agreements reached in technical review conferences. Documentation shall be accomplished by utilizing recorded comments in Dr. Check�s system. 3. SELECTION CRITERIA: The selection criteria for this IDC are listed below in descending order of importance (first by major criterion and then by each sub-criterion). Criteria A through E are primary, with criteria A and B being considered most important and are of equal importance, criteria C, D, and E are of lesser importance and listed in descending order of importance. Criterion F through G are secondary and will only be used as a tiebreaker among technically equal firms. A. Specialized Experience and Technical Competence: Specialized Experience and Technical Competence (SF 330, Part I, Section F & G): provide examples of not more than ten (10) projects completed within the last five (5) years that best demonstrate specialized experience and technical competency. In at least five (5) of these projects, the prime must have performed services as either the prime or subcontractor. However, if the offeror is a Joint Venture and does not have the minimum projects described above, then the Joint Venture offeror may supplement with projects performed by the members of the Joint Venture in their individual capacities. a. Use no more than one (1) page per project. A project is defined as a project performed under a single, stand-alone contract and/or a single task order issued under an existing Indefinite Delivery/Indefinite Quantity (ID/IQ) contract(s) unless the project included multiple phases and was issued under more than one contractual order. It shall be noted that an ID/IQ contract is not a project and will not be in compliance with the requirement. Do not combine multiple task orders unrelated to a stand-alone project to create a single project example. The contract number or ID/IQ number and individual task order number associated with the project in the title must be included for each of the projects. If the project is not 100% complete, note the current percentage and estimated date when project will be completed for each contract and/or task order. For all relevant projects include the percentage of work self-performed by the prime offeror and subcontractors for each contract and/or task order. Percentages shall be shown individually for each firm. If proposing as a JV, include the percentage of work self-performed by each JV member. b. The projects provided shall specifically address the following areas of emphasis: (1) Flood Risk Management/Flood Control; (2) Riverine and Urban Aquatic Ecosystem Restoration; (3) Design and inspection services for Dam and Levees, Levee and Dam repair, analyze and design increase of Dam and levee elevation, widening of levee crests, analyze and design new levees, conduct levee inspections; (4) Coastal Erosion & Storm Damage Reduction; (5) Shallow and Deep-draft Navigation; (6) Coastal/Wetland and Ecosystem Restoration; (7) Architectural Design for new buildings and/or restoration renovation of existing buildings for Government Visitor Centers and Fish Hatcheries, to include structural design, mechanical and electrical design, interior design, and experience with LEED certification, (8) Design Services for New infrastructure and/or Rehabilitation of existing infrastructures i.e. Roads, Rail Storm and Sanitary Sewer, Domestic Water Supply, Electrical Supply and District Heat (services incl. design analysis, specifications, plans, drawings required to solicit for a follow on construction contract). c. In PART I, Section H, provide a narrative demonstrating breadth, knowledge and experience for each of the following areas: (1) Comprehensive Engineering Design through detailed Plans and Specifications for both Inland and Coastal Civil Works projects, such as, flood control projects; creek restoration; levee and levee repair design; shoreline and stream bank erosion protection; shallow and deep draft navigation projects(dredging); Dam design and dam repair and restoration; dredge material testing, water quality projects. (2) Architectural Design for new buildings and/or restoration renovation of existing buildings for Government, VA, Visitor Centers and Fish Hatcheries, to include structural design, mechanical and electrical design, interior design, and experience with LEED certification; Structural analysis and design structural repairs and seismic retrofits (3) Design services for new infrastructure and/or rehabilitation of existing infrastructure i.e. roads, storm and sanitary sewer, domestic water supply, electrical supply and district heat. (4) All phases of engineering design analysis and documentation for inland and coastal Civil Works and IIS projects; (5) Construction plans and specifications; (6) Cost estimating to include specialized experience with quantity takeoffs, cost schedule risk analysis, MCACES, total project cost summaries, ROM abbreviated cost risk analysis, and other areas of cost estimating as required using the latest software; (7) Value engineering studies; (8) Risk analysis, including leading and participating in Potential Failure Mode Analysis or any other relevant risk assessment activities for Civil Works; (9) Describe the firm's quality management plan, including quality assurance process, project scheduling, coordination of the in-house work with consultants, and prior experience of the prime firm and any significant consultant. d. The evaluation will consider the management approach, coordination of disciplines and subcontractors, quality control procedures, and prior experience of the prime firm and any significant subcontractors on similar projects. B. Professional Qualifications: The selected firms shall demonstrate professional and specialized experience for key disciplines listed below. Evaluation of professional qualifications will consider education, training, certifications, registration, overall and relevant experience, and longevity with the firm. Resumes (Block E of the SF 330) must be provided for these disciplines. a. ROLE IN THIS CONTRACT, Block 13 under PART I, Section E must use the exact same discipline nomenclature as listed in this announcement. If an individual will serve in more than one discipline, then those disciplines shall be clearly indicated in Block 13, PART I, Section E. Submit no more than two (2) resumes per discipline, indicating which resume is the contract lead. The following disciplines with applicable professional registrations are required: (1) Project Manager; (2) Hydraulic Engineer with Professional Engineering Licensure; (3) Coastal Engineer with Professional Engineering Licensure; (4) Civil Engineer with Professional Engineering Licensure; (5) Cost Estimator with Professional Engineering Licensure or Certified by a Professional Organization such as AACE, ASPE, or equivalent; (6) Geotechnical Engineer with Professional Engineering Licensure; (7) Environmental Engineer with Professional Engineering Licensure; (8) Geologist with Professional Geologist Licensure; (9) Structural Engineer with Professional Engineering Licensure; (10) Mechanical Engineer with Professional Engineering Licensure; (11) Electrical Engineer with Professional Engineering Licensure, (12) Architect with Professional Registration; (13) Biologist; (14) Land Surveyor with Professional Licensure; (15) Certified Value Specialist; (16) Registered Landscape Architect; (17) Specification Writer; and (18) CADD Technician. b. Resumes (Block E of the SF 330) must be provided for these disciplines. Although the Organization Chart required in Section D can include additional names and team structure, do not include additional resumes beyond the disciplines required. Each resume shall not exceed one page in length. Individuals performing work as a contract employee shall be reflected as a subcontractor and not listed under the firm they are supporting on a contractual basis. Use the same discipline nomenclature as used in this announcement when identifying Project Assignment on each resume. In Block G-26, along with the name of key personnel, include the firm with whom the person is associated. In Section G, only include key personnel for which a resume has been provided. A Part II is required for each branch office of the Prime Firm and any Subcontractors that will have a key role in the proposed contract. C. Past performance on Department of Defense (DOD) and other contracts with respect to cost control, quality of work, and compliance with performance schedules as determined by CPARS and other sources. Past Performance Questionnaires (PPQ) may be used to provide or supplement a firm's past performance with other than U.S. Government clients. Prime Contractors that do not have specific experience will be evaluated based on their subcontractor�s experience. However, projects where the prime contractor performed 50% or more of the work with in-house forces will be weighted more heavily than projects performed predominantly by proposed subcontractors. Past performance addressing the projects included in SF 330 Section F will be weighted more heavily. Past performance information for subcontractors will not be considered if they are not going to be used for the proposed contract. PPQs do not count against the 75-page limitation. However, only up to ten (10) past performance records for projects completed within the past 5 years will be considered. D. Capacity to Accomplish the Work: Adherence to project schedules for all projects is critical to the Government. Completion within the schedule requires the engagement of sufficient and competent staff and subcontractors. Firms must demonstrate the capacity to accomplish at least two (2) $500,000.00 individual task orders simultaneously. The evaluation will consider the availability of an adequate number of personnel in key disciplines. E. Knowledge of the locality. In PART I, Section H, describe and demonstrate the team's familiarity within the San Francisco District boundaries. Provide specific knowledge of local requirements, local environmental regulations, soil conditions, and experience with Bay Area Local State Agencies. F. Geographic Proximity. The physical location of a firm in relation to the location of the San Francisco District boundaries. G. Volume of DoD Contract Awards. Offerors shall provide the volume of work awarded by DoD agencies during the previous 12 months. If proposing as a Joint Venture, include volume of work awarded by DoD agencies for both the Joint Venture and members of the Joint Venture. Volume of work shall be demonstrated in a table format and be categorized by contract, task order, project award, completion dates, and dollar amount. This will be evaluated with the objective of effecting an equitable distribution of DoD contracts among qualified firms. 4. SUBMISSION REQUIREMENTS: Interested A-E firms having the capabilities for this work are invited to submit one completed Standard Form (SF) 330 (current version) Architect Engineer Qualification Parts I and II and one (1) SF 330 Part II for each firm that will be part of the A-E firm�s proposed team, to address the above, no later than 3pm on December 3, 2025. Use solicitation number listed (W912P726RA002) in your submission package. The SF 330 Part 1 shall not exceed 75 pages (8.5 inches x 11 inches with the exception of the organization chart which can be 11 inches X 17 inches). Use no smaller than 12 font type in either Times New Roman, Airal or Courier. Font size for tables, figures or charts is at the discretion of the submitted, but it must be legible and large enough to be easily read by the reviewer. Lengthy cover letter and generic corporation brochures or other presentation beyond those to sufficiently present a complete and effective response are not desired. Phone calls and personal visits are discouraged. Response to this notice must be received by the due date and time specified herein. Include Unique Entity Identification (UEI) number of the office that will perform the work. A quality control/quality assurance plan must be approved by the Government as a condition of contract award but is not required with this submission. In Section D of the SF 330, provide the quality management plan and organization chart for the proposed team. In Section E of the SF 330, provide resumes for all key team members, whether with the prime firm or a subcontractor. Resumes do not count against the 75 pages limit. indicate the number and amount of fees awarded on DoD (Army, Navy, and Air Force) contracts during the 12 months prior to this notice, including change orders and supplemental agreements for the submitting officer only, and indicate the estimated percentage involvement of each firm on the proposed team. In Section H also indicate the estimated percentage involvement of each firm on the proposed team. Cybersecurity Maturity Model Certificate (CMMC) Level 2 applies to this contract. Requirement will be included in the solicitation document for the selected firms. Solicitation packages are not provided, and no additional project information will be given to firms during the announcement period. This is not a request for proposal. Point of Contact Lisa Ip Phone: 415-503-6877 Email: lisa.i.ip@usace.army.mil Nairi Freeman Phone: 415-503-6574 Email: nairi.freeman@usace.army.mil 5. PRE-PROPOSAL CONFERENCE: A Virtual Pre-Proposal Conference will be held on November 18, 2025 at 2pm PST. Attendance is not mandatory for submitting qualifications. All attendees must submit names, name of company, and title to Lisa Ip at lisa.i.ip@usace.army.mil no later than November 13, 2025 at 3pm PST. The purpose of the Pre-Proposal Conference is to assist interested firms on the process of applying for Government A-E services contracts, explain requirements, and to answer questions from potential offerors. 6. QUESTIONS AND COMMENTS Questions regarding this announcement and the pre-proposal conference must be in writing and shall be addressed to Lisa Ip via email. All questions must be submitted no later than November 20, 2025 at 3pm PST to allow adequate time to respond. NOTE: a) In preparation, it is imperative that all prospective Offerors must be registered in the System for Award Management (SAM - www.SAM.gov). b) An offeror�s submission of qualifications MUST BE submitted electronically through DOD SAFE. Each offeror can obtain a unique DoD SAFE submittal code by sending an email request to lisa.i.ip@usace.army.mil and nairi.freeman@usace.army.mil. Submission may be up to 6 calendar days prior to the submission due date.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/d5b439b1ee9e40da97316493614e436e/view)
 
Place of Performance
Address: San Francisco, CA 94102, USA
Zip Code: 94102
Country: USA
 
Record
SN07636697-F 20251108/251106230038 (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!  © 1994-2024, Loren Data Corp.