Federal Contract Opportunity

Last Updated on 23 Jun 2025 at 6 PM
Special Notice
Omaha Nebraska

INDEFINITE DELIVERY CONTRACT (IDC) FOR GEOTECHNICAL ARCHITECTURE-ENGINEERING (A-E) SERVICES FOR OMAHA DISTRICT, US ARMY CORPS OF ENGINEERS

Details

Solicitation ID W9128F25RA069
Posted Date 23 Jun 2025 at 6 PM
Response Date 22 Jul 2025 at 7 PM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office W071 Endist Omaha
Agency Department Of Defense
Location Omaha Nebraska United states 68102

Possible Bidders

National Industries For The Blind

Wayne Earth city Alexandria

Miscellaneous Foreign Contractors

Frankfurt am main Isando Washington Arlington

Miscellaneous Foreign Awardees

Ciudad de mexico Toronto, ontario Bertrange Arlington Madrid Washington St lo Kampala

Sign up to access Documents

Signup now
Point Of Contact Not Available

ANNOUNCEMENT W9128F25RA069 FOR INDEFINITE DELIVERY CONTRACT (IDC) FOR ARCHITECT-ENGINEER (AE) SERVICES FOR OMAHA DISTRICT, US ARMY CORPS OF ENGINEERS

1. CONTRACT INFORMATION

The U.S. Army Corps of Engineers (USACE) Northwestern Division (NWD) through Omaha District (NWO) intends to solicit, negotiate, and award one Multiple Award Task Order Contract (MATOC).  This MATOC is being procured for Geotechnical Engineering and Engineering Geology Services in accordance with the Selection of Architects and Engineers statute previously known as the Brooks Act (Public Law (PL) 92-582, as amended, the provisions outlined in Federal Acquisition Regulation (FAR) Subpart 36.6 and the procedures provided in Engineer Pamphlet (EP) 715-1-7 Architect-Engineer Contracting in USACE. Firms will be selected for negotiation based on demonstrated competence and qualifications for the required work. The services will be provided for military and civil projects for the U.S. Army Corps of Engineers (USACE) Omaha District, Kansas City District and for other districts within Northwestern Division Area of Responsibility.

Three (3) indefinite delivery contracts will be negotiated and awarded with a five (5) year ordering period and $12,500,000 in shared capacity. There is no specific task order limit except the monetary limit of the contract. Work will be issued by negotiated firm-fixed-price task orders. The Government will conduct an evaluation of qualifications for each task order and contractors will be allowed to the opportunity to submit additional qualifications. North American Industrial Classification System code is 541330, which has a size standard of $22,500,000 in annual average gross receipts over the past three years. The minimum guarantee amount for this contract is $2,500.00. To be eligible for contract award, the Contractor must be registered in the System for Award Management (SAM). Registration is free and can be accessed at http://www.sam.gov.

2. PROJECT INFORMATION

Projects types and services required may include, but are not limited to, the following:

-Levee Engineering Services. Perform inspections, investigations, evaluations, studies, analyses, risk assessments, and designs for new levees and for the repair, replacement and/or rehabilitations of existing levees and related structures (e.g., drainage structures, relief wells, flood walls, pumping plants, channels, etc.) in accordance with USACE criteria and guidance. Prepare technical documents (e.g., reports, presentations, analyses and studies) and contract documents (e.g., plans and specifications). Perform evaluation, design, installation, monitoring and rehabilitation of geotechnical engineering instrumentation including, but not limited to, inclinometers, piezometers, relief wells and movement monitoring devices, etc. In addition, work may include support to emergency operations such as inspection and evaluation of levee systems during flood events and post-flood repair design.

-Dam Engineering Services. Perform inspections, investigations, evaluations, studies, analyses, risk assessments and designs for new dams and/or for the repair, replacement and/or rehabilitations of existing embankment dams and related structures (e.g., spillways, intake structures, outlet works, channels, relief wells, etc.) in accordance with USACE criteria and guidance. Perform designs and prepare technical documents (e.g., reports, presentations, analyses, and studies) and contract documents (plans and specifications). Perform evaluation, design, installation, monitoring and rehabilitation of geotechnical engineering instrumentation including, but not limited to, inclinometers, piezometers, relief wells, and movement monitoring devices, etc.

-Field Investigations and Soil, Rock, and Material Testing. Perform geotechnical field investigations that include, but are not limited to, drilling and sampling using a variety of drilling equipment/techniques, surveying and geophysical assessments. Drilling capabilities to include: solid stem, hollow stem, air and mud rotary, casing advancement, sonic, direct push, CPT, and large diameter borings and wells. Additional drilling capabilities shall include underwater barge drilling, levee or dam embankment drilling, steep slope drilling, angled drilling, in-situ testing, sampling, rock coring, Standard Penetration Tests, dilatometer and cone penetrometer soundings; and groundwater monitoring wells installation. All subsurface exploration methods will be performed in accordance with the appropriate USACE guidance, criteria and ASTM standards. Geophysical investigations may include borehole/downhole, surface, and airborne surveys employing electrical resistivity, electromagnetic, ground conductivity, shear wave velocity, seismic evaluation and analysis, magnetometer, gravity, thermal, and radar techniques. Soil, rock and construction material testing will be performed at laboratories having a current Corps of Engineers Research and Development Center (ERDC) Certification. Required tests include, but are not limited to, general soils and rock index and classification tests, moisture content, specific gravity, density, compaction, consolidation, shear and compressive strength, hydraulic conductivity and petrographic analysis.

-Engineering Services. Engineering services may be required for a wide range of projects to include earth retention structures, impoundments, embankments, roadways, airfield pavements, multi-story structures, roadways, bridges, tanks, channels, landfill design, environmental mitigation issues, utilities and other infrastructure. Services include deep and shallow foundation design and analyses, bearing capacity analyses, settlement analysis, slope stability analyses, seepage analyses, probable failure mode analyses, probabilistic assessments (risk, reliability, uncertainty), drainage and dewatering, groundwater modeling, pavement design and analyses (including airfield pavements) and value engineering. Project support efforts may include hydraulic and hydrologic engineering, civil engineering, structural engineering, GIS, and surveying. When working with levee or dam embankments, the contractor may also be tasked to revise or update an existing Operation and Maintenance (O&M) manual; and in certain instances they may be required to prepare addendums to an existing O&M manual. Contractor may also provide construction phase services to include construction activity monitoring, field inspections, and review of requests for information and submittals.

-General Requirements. Services will be performed utilizing commercially available software such as GeoStudio, RocScience, Ensoft, PCASE, and other currently recognized industry

Software. Computer-aided drafting and design (CADD) work may include developing design drawings, site plans, interpretive subsurface logs and cross-sections, and figures for reports and presentations. CADD work products will be produced utilizing the most recent version of MicroStation, AutoCAD, OpenGround, or other commercially available software as specified in each task order. Land-based surveying work may include determining geospatial reference data (coordinates and elevation) for key project features with both traditional land surveying equipment and techniques as well as Global Positioning

Satellite (GPS) techniques. Geographical information systems (GIS) work may include integrating project information on to GIS platforms for comprehensive data interpretation, analyses, manipulation, and archiving. Specifications shall be developed and edited using the most recent version of SpecsIntact automated specifications processing system. Cost estimates for construction contracts will be developed using the most current USACE cost software (e.g, MII). All work will comply with USACE standards, guidelines, regulations or industry standards as appropriate.

Offerors are advised that there could be requirements for performance of work on U.S. Government Federal Properties or Military Installations requiring proper identification and appropriate clearances for personnel to gain access.

3. SELECTION CRITERIA: The selection criteria are listed below in descending order of importance. Criteria “a” through “e” are primary. Criteria “f” through “h” are secondary and will only be used as “tie- breakers” among technically equal firms.

PRIMARY SELECTION CRITERIA (a-e)

a. Specialized Experience and Technical Competence (SF 330, Part I, Section F & G): Specialized experience and technical competence to execute the types of projects and activities indicated above in paragraph 2, PROJECT INFORMATION, and in the bullet items below. Not more than 10 projects examples will be provided and each project example will not exceed 2 pages. Only relatable experience should be included in the submittal. Professional services completed before June 2020 will not be considered. All projects cited shall identify start/complete dates, project size (cost and scope), and professional fee.

  1. Experience performing periodic levee inspections in accordance with USACE criteria;
  2. Specific knowledge and analysis of design requirements and ability to support work related to dams and levees;
  3. Risk assessments (including economic and life loss consequences) and alternative analyses to include cost and benefit;
  4. Experience with construction phase services including engineering during construction, participation in on-site partnering/pre-construction meetings; review of construction contractor's submittals; response to requests for information, monitoring and inspections; etc.
  5. Experience preparing construction plans, drawings, and soil boring logs with MicroStation products in compliance with the AEC CADD Standards or Spatial Data Standards.
  6. Experience preparing specifications using SpecsIntact software and Unified Facilities Guide Specifications (UFGS);

•Experience with preparing cost estimates for federal projects using Micro-Computer Aided Cost Estimating System 2nd Generation (MII) software;

      • Experience preparing geotechnical/geological reports for USACE projects;
      • Experience performing laboratory testing using only Corps Materials Test Center (MTC) certified laboratories;
      • Experience with development of inflow design floods, reservoir routing, and water control analysis.

b. Professional Qualifications: Professional qualifications of the offeror's and sub-consultant staff who will be assigned to this contract. This criterion is primarily concerned with the qualifications of personnel, not the number of personnel. Past relevant experience, experience on USACE projects, education, training, registration, certification, and longevity with the firm of key management and technical personnel should be identified. (SF 330, Part I, Sections E & G). Resumes will be provided for the key personnel as listed below. Professional qualification information will not exceed 1 page per key personnel position. Professional licensure/certification in states within Omaha District's and Kansas City District’s boundaries/area of responsibility is preferred.

Key Primary Disciplines

  • Program Manager. Provide resume for one (1) program manager with at least 10 years relevant experience that will be responsible for overall execution of this contract.
  • Project Manager. Provide resumes for two (2) project managers (team leaders), both being a licensed professional engineer or professional geologist with at least 10 years of relevant experience.
  • Geotechnical Engineer. Provide resumes for three (3) geotechnical engineers, all having current professional registration and at least 10 years of relevant experience.
  • Geologist. Provide resumes for one (1) geologist, both having current professional registration as a professional geologist and at least 10 years of relevant experience.
  • Civil Engineer. Provide resume for one (1) civil engineer, currently registered as a professional engineer with at least 10 years of relevant experience.

Key Supporting Disciplines. Provide one (1) resume for each of the supporting disciplines identified below.

  • Hydraulic Engineer with Professional Engineer Registration and at least 10 years of relevant experience.
  • Hydrologic Engineer with Professional Engineer Registration and at least 10 years of relevant experience.
  • Structural Engineer with Professional Engineer Registration and at least 10 years of relevant experience.
  • Cost Engineer. At least 10 years of experience as a cost engineer. Additional consideration will be given if the individual is a certified cost engineer (CCE), certified cost consultant (CCC), or comparable certification.
  • Geophysicist with Professional Registration and at least 10 years of relevant experience.
  • Lead Driller with at least 10 years of relevant experience.

c. Past Performance: Past performance on DoD and other contracts to include quality of work, cost control (maintaining the project construction cost below the programmed amount), and compliance with performance schedules for projects of similar nature and scope as identified above. Evaluations will be based on Contract Performance Assessment Reporting Systems (CPARS)) rating information and other sources. Past Performance Questionnaires (PPQ) or equivalents may be used to provide or supplement a firm’s past performance with other than U.S. Governmental clients. A PPQ template is posted with this notice. If an interested contractor already has a PPQ or equivalent from its client, it may submit that document. It is not necessary to get a new PPQ completed for this solicitation. Performance evaluations for key sub-consultants may also be considered. Past performance submittals should match projects submitted for Paragraph a. Specialized Experience and Technical Competence (SF 330, Part I, Section F).

d. Capacity: Capacity refers to the (1) ability to perform up to $7,500,000 in work of the required type over the life of the 5 year contract, (2) ability to perform two $1,000,000 task orders (or larger) within a one-year period, (3) ability to execute multiple task orders at different locations simultaneously, (4) ability to meet project completion schedules within the required time, (5) ability to accomplish small task orders in a cost-effective and timely manner, and (6) ability to perform task orders on an in-house basis.

Capacity also includes the offeror's contract and project execution strategy. A proposed management plan will be provided that includes an organizational chart (reference SF330, Part I, Section D), sub- contractors/teaming arrangements to supplement the in-house team, prior experience of the prime firm and sub-contractors, laboratory testing facility(s) and accreditations, contract management, task order management, quality management, cost control, coordination of in-house disciplines and consultants, extent of in-house versus subcontracting resources, and interaction between contractor and USACE. Firms demonstrating a third-party certified (e.g. ISO 9001 or similar) quality management system will be given greater consideration.  The primary office and related staffing where the work will be performed will be identified. Key equipment assets (e.g. drill rigs, geophysical equipment, etc.) will be provided and respective locations identified. The resulting contract will contain FAR 52.219-14 “Limitations on Subcontracting” which essentially requires the prime contractor to self-perform 50% of the services.

The laboratory testing facility(s) referenced above must be capable of obtaining Corps Materials Test Center (MTC) certifications for testing soil, rock, and concrete samples. Labs with existing USACE certifications will be rated higher than those that do not have current certifications.

The evaluation will consider the availability of an adequate number of personnel and resources to complete the task orders and offeror’s project execution strategy. The evaluation will consider the key persons identified in Sections D, E, and G of the SF330, as well as other available staff and information provided in Section H and Part II. If necessary, the organizational chart may be presented on a single side of an 11-inch by 17-inch sheet neatly fold to an 8 ½ -inch by 11-inch format.

e. Knowledge of Locality: Knowledge of the local geology, hydrology, soils, topography, climatic conditions, construction methods, and laws or regulations for military installations and non-military locations within Omaha District's and Kansas City District’s boundaries/area of responsibility (SF 330, Part I, Section H).

SECONDARY SELECTION CRITERIA (f-h)

f. SB/SDB Participation: Offerors will be evaluated on the extent of participation of small business community (SBC) members in the performance of the acquisition. Offerors are required to meet the minimum mandatory total small business participation suggested objective/target of 20% of total acquisition value to SBC members. Offerors proposing a higher objective/target than 20% will receive a more favorable evaluation. SBC members can propose work they will self-perform toward small business participation objectives. (SF 330, Part I, Section H, Item 4).

g. Geographic location: Geographic proximity of the firm's office(s) in relation to the Omaha District's and Kansas City District’s boundaries/area of responsibility (SF 330, Part I, Section H).

h. Volume of DoD Contract Awards:  The volume of DOD A-E contract awards in the last 12 months, with the objective of effecting an equitable distribution of DoD A-E contracts among qualified firms. When IDCs are involved, this selection criterion will consider the total value of task orders actually issued by agencies in the last 12 months, not the potential value of the contracts nor will it consider options that have not yet been exercised on any type of contract. (SF 330, Part I, Section H, Item 4)

4. SUBMISSION REQUIREMENTS:

Interested firms having the capabilities to perform this work must submit one (1) electronic copy of SF 330 Part I, and (1) copy of SF 330 Part II for the prime firm and all consultants/subcontractors.

The SF 330 and all supporting documentation shall be submitted electronically in a single searchable PDF file. The submittal shall have a page limit of 75 pages. A page is one (1) side of a sheet. Blank sheets/Tabs separating the sections within the SF 330 will not count against the maximum page count. All fonts shall be at least 10 font or larger. Pages shall be 8-1/2 inches by 11 inches. Organizational charts may be presented on a sheet up to 11 inches by 17 inches. Cover letters, company literature, other extraneous materials are not desired and content beyond 75 pages will not be considered during the evaluation.

Part I of the SF330, interested firms must include Unique Entity ID (UEI)number and CAGE code in SF 330 Part I, Section B, Block 5. Additionally, the UEI number and CAGE code should be identified in SF 330 Part I, Section C, Block 9, for EACH TEAM MEMBER. Sections E and G of SF 330 Part I must include only individuals anticipated to perform the work, including all consultants/subcontractors. In SF 330 Part I, Section G, Block 26, along with the name, include the firm with which the person is associated. A maximum of 10 projects including the prime and consultants/subcontractors will be reviewed for SF 330 Part I, Section F. Use no more than two (2) pages per project and no more than one (1) page per resume. When listing projects in SF 330 Part 1, a task order executed under an IDIQ contract is considered a project; an overall IDIQ with multiple task orders is not considered a project.

A Part II of the SF 330 is required for each branch office of the prime firm and any consultants/subcontractors that will have a key role in the proposed contract (i.e. a Part II is required for all entities identified in SF 330 Part I, Section C of the submittal).

Joint Ventures (JV) shall submit the following additional documentation of the evidence of a joint venture entity: 1) Firms shall provide a copy of a legally binding joint venture agreement, and 2) Identification of the party who can legally bind the joint venture. Facsimile and email submissions will not be accepted.

Send electronic submission to:

Mika Mahyenga, Contract Specialist [email protected] and Lee McCormick, Contracting Officer, [email protected]

Submissions should be clearly labeled with Solicitation Number W9128F25RA069, Geotechnical Engineering Services A-E IDIQ and are due no later than 2:00pm Central Time, 22 July 2025. Regulation requires that the Selection Board not consider any submittals received after the specified time and date. Late proposal rules in FAR 15.208 will be followed for submittals received after 2:00pm Central time on the closing date specified in this announcement.

The SF 330,07/2021 edition, must be used, and may be obtained from the following web site: https://www.gsa.gov/forms. Personal visits for the purpose of discussing this announcement will not be scheduled. Please check for updates to this announcement at www.sam.gov (SAM).

Contracting Office Address:

Attn: CENWO- CT

1616 Capitol Ave

Omaha, Nebraska 68102-4901 United States

Primary Point of Contact:

Mika Mahyenga

Contract Specialist [email protected]

Phone: 402-293-6011

Technical Point of Contact:

Kelsey Smith

Design Manager

[email protected]

Phone: 910-79-8735