Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 09, 2026 SAM #8810
SOURCES SOUGHT

C -- Sources Sought for A-E Services - Engineering & Construction Design IDIQ

Notice Date
1/7/2026 12:40:35 PM
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
W072 ENDIST HUNTINGTON HUNTINGTON WV 25701-5000 USA
 
ZIP Code
25701-5000
 
Solicitation Number
W9123726X1B21
 
Response Due
2/6/2026 8:00:00 AM
 
Archive Date
02/21/2026
 
Point of Contact
Lillie Bodie, Phone: 3043995211, Kristen Smith, Phone: 3043995337
 
E-Mail Address
lillie.v.bodie@usace.army.mil, kristen.n.smith@usace.army.mil
(lillie.v.bodie@usace.army.mil, kristen.n.smith@usace.army.mil)
 
Small Business Set-Aside
NONE No Set aside used
 
Description
This is a SOURCES SOUGHT notice to determine the capabilities of firms. This notice does not constitute a solicitation announcement, nor does it restrict the Government to an ultimate acquisition approach. No solicitation or technical scope of services is available currently. The Government will use the responses to this SOURCES SOUGHT notice to make acquisition decisions. NO SOLICITATION, SPECIFICATIONS, OR DRAWINGS are available for this notice. Responses to this Sources Sought notice will be used by the Government to make appropriate acquisition decisions. The purpose of this notice is to gain knowledge of potentially qualified small business sources to include small businesses in the following categories: Small Business, Small Disadvantaged Business, Certified HUBZone, Woman-Owned, and Service-Disabled Veteran-Owned. Businesses other than small business are encouraged to provide a response. Work would occur as assigned to Districts within the U.S. Army Corps of Engineers, Great Lakes and Ohio River Division, which includes the Buffalo, Chicago, Detroit, Huntington, Louisville, Nashville, and Pittsburgh Districts, though will primarily occur through the Huntington District. The NAICS code applicable to this procurement will be 541330 with a size standard of $25.5 million. Interested contractors shall demonstrate through professional registration, company experience, personnel resumes, executed examples, and supporting customer feedback documentation the ability to provide engineering support of the following activities: The contractor will be solely responsible for the designs that they produce and will become the designer of record or Design-Build RFP preparer designer of record for each individual project. Projects may consist of planning, design, and related services in support of the civil works mission. The A/E design services to be provided will be multidisciplinary in nature including, but not limited to Structural, Civil Site, Relocations, Electrical, Mechanical, and Architectural disciplines; including but not limited to: inspection; analysis; modeling; review; design; planning; preliminary studies, environmental and architectural services; general construction and engineer type surveys; field data collection; verification of existing field data; development of design build request for proposals (RFPs); development of Plans and Specifications (P&S) with required calculations including quantities of materials, cost estimates, schedules, reports, and produce survey data for, but not limited to, the following areas: Bridges, Inspection, Design, Repair, etc. Roadway, walk, train, or other of the following types, arch, beam, box girder, girder, plate girder, segmental, truss, cable stay, cantilever concrete, culvert style, and steel trestle. Bridges may be steel, concrete, stone, or other materials. For this type of work the A-E will be required to furnish a registered professional structural engineer with bridge experience or registered professional bridge engineer with experience bridge design and calculation of load ratings and preparation of required forms and reports. Utilities, Inspection, Design, Repair, etc. Electric, water, sanitary sewer, storm sewer, gas, fluids, steam, high temperature water, telephone, computer, data, and other similar systems. For this type of work the A-E will be required to furnish registered professionals of the following disciplines: Sanitary engineering, civil engineering, electrical engineering, mechanical engineering and landscape engineering. Designs/Plans and Specifications Design work may include Structural, Civil Site, Relocations, Electrical, Mechanical, and Architectural disciplines. This may entail the Design or Analysis of small structures or components of large structures. This type of work may include, but not be limited to the following: masonry and reinforced concrete structures, steel structures, timber structures, deep and shallow foundations, piers, walls, cantilevers, slabs, columns, vertical construction (building components), mechanical systems (HVAC Systems, pumps, pump stations), electrical systems (power supply, signal, Indoor and Outside Lighting Systems, arc flash analysis per NFPA 70E, motor control centers), Civil/Site Features (Grading, Utilities, Storm Drain Systems, Sanitary Systems, earthwork, cuts and fills, roadways, bridges, cofferdams, parking lots, curbs, gutters, boat ramps, seeding and landscaping), relief well systems (seepage and piping), instrumentation (piezometers, inclinometers). The Design may involve hydrostatic loading or dynamic loading in a marine (river) environment. For this type of work the A-E will be required to provide plans and specifications, quantities, design calculations, and models. This work must be signed and certified by Registered Professional Engineers, Surveyors, Architects, and Landscape Architects, licensed in appropriate States, in which the projects reside. In some cases, Registered Geotechnical Engineers and Hydraulic Engineers may be required to assist with the Design or Analysis of a Feature of Work. Appropriate Reviews, Checking, Verifications, Quality Control and Certifications of all work is required. Specifications shall be electronically developed using Unified Facility Guide Specifications (UFGS), and the correlating District Guide Specifications, Installation-specific Guide Specifications, and Industry Standard Specifications. When required, all specifications shall be edited using SpecsIntact automated specification processing system, and all project specifications shall be written in the SpecsIntact Format. CADD CADD work must conform to the latest release of Tri-Service A/E/C CADD Standards as well as District CADD standards. BIM and traditional CADD shall be used for projects. Disciplines required may include but are not limited to: Architectural, Structural, Mechanical, Electrical, Civil and Cost Estimating. BIM and CADD products shall be produced in the current version of either Inventor, Revit, Bentley BIM or Autodesk BIM. Traditional CADD deliverables shall include MicroStation (DGN) or AutoCAD (DWG). CADD work shall be available independently of all other services allowing USACE the ability to utilize the A-E�s CADD staff in support of its CADD activities. Survey A-E shall be able to provide state of the art survey capability in order to accomplish its designs and tasked work. A-E shall be able to provide all survey data in ASCII format. The A-E may be required to survey structures and lands for verification of existing data. In all cases where the A-E will be performing field work, the A-E shall ensure it has received right of entry or certification from USACE to enter the property before proceeding. Whether USACE or the A-E will be required to provide rights of entry will be specified in individual Task Orders. If USACE has not obtained rights of entry, the Government will issue a modification to the Task Order to allow the A-E to gain these rights. In no case shall the A-E proceed without rights of entry or obtain rights of entry without modification to the Task Order. The original Task Order may specify rights of entry be obtained by the A-E. Investigations The A-E shall perform both field and office investigations as specified in individual Task Orders to accomplish the work assigned over various and multiple different structures, sites, and site conditions. Engineering during Construction The A-E shall provide registered engineering staff, and access to design staff for advice or clarification, and/or inspection staff, to ensure its design is completed correctly, if directed in the Task Order. Field Reconnaissance The Government will provide available data pertaining to known utilities at and in the vicinity of the project site. The A-E shall verify by field reconnaissance the current locations of all utilities and the locations of any undocumented utilities. Undocumented utilities shall be reported in writing or by email to the Contracting Officer�s Representative allowing necessary decisions on changes to be made by the Government. Site Improvements Including grading, topsoiling, planting, seeding, walks, access drives, parking areas, fencing, and similar features to be constructed or provided. For this type of work the A-E shall be able to provide registered engineers, as well as other registered specialties as required. All site improvement work shall blend with the balance of the site and its topography. Designs shall include necessary protective measures to prevent damages to existing site structures, and if any are damaged the repair or replacement of that item. Construction Cost Estimating Construction cost estimating shall be accomplished using the M-CACES M-II software unless otherwise authorized by task order. RESPONSE REQUIREMENTS The submission of a Capabilities Statement is limited to 15 pages (30 total, 15 front and back), and must include: 1) Firm�s name, DoD UEI, CAGE, address, point of contact, phone number, and e-mail address. 2) Firm�s interest in proposing on a solicitation if issued. 3) Firm�s capability to perform a contract of this complexity and examples of comparable work performed within the past 5 years based on the above criteria. Specify if work was performed as the prime contractor or as a subcontractor. 4) Describe the professional qualifications of your firm. Provide the number and qualifications of registered professional personnel in the key disciplines noted above. 5) Describe your firm�s capacity to perform up to approximately $2,500,000.00 in work of the required type within a one-year period and accomplish the anticipated work in an efficient and quality manner. 6) Verification of Small Business Administration (SBA) certification(s). The Government is seeking statements regarding the firm's ability to demonstrate existing expertise and experience in relation to the areas specified herein. Commercial brochures or existing marketing materials may be submitted with the Capabilities Statement in response to the Sources Sought notice. Submission of a Capabilities Statement is not a prerequisite to any potential future solicitation(s), but participation will assist the U.S. Army Corps of Engineers in tailoring requirements to be consistent with industry capabilities. This Sources Sought notice is for information and planning purposes only and shall not be construed as a commitment by the Government nor will the Government pay for information solicited. After completing its analysis, the Government will determine whether to limit competition to small businesses. Responses that do not meet all requirements outlined in this SOURCES SOUGHT notice or not submit within the allotted time will not be considered. All interested contractors shall provide a response by 5:00pm Eastern Standard Time (EST), February 06, 2026. Submit your response to Lillie V. Bodie via email at lillie.v.bodie@usace.army.mil and Kristen N. Smith via email at kristen.n.smith@usace.army.mil. Electronic submission is required.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/edb91cc533544f368ae999c7ceb4f797/view)
 
Place of Performance
Address: Huntington, WV 25701, USA
Zip Code: 25701
Country: USA
 
Record
SN07680246-F 20260109/260107230036 (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.