Description
Sources Sought Notice for Master Planning Architect-Engineer Multiple Award Task Order Contracts for the US Army Corps of Engineers, Baltimore DistrictNotice Number: W912DR26RA036THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL, QUOTE, OR BID. NO AWARD WILL BE MADE FROM THIS SOURCES SOUGHT. THE GOVERNMENT WILL NOT REIMBURSE RESPONDENTS FOR ANY COSTS INCURRED FOR THEIR PARTICIPATION IN THIS SOURCES SOUGHT. ALL RESPONSES WILL BE USED TO DETERMINE THE APPROPRIATE ACQUISITION STRATEGY FOR THE POSSIBLE FUTURE ACQUISITION.The US Army Corps of Engineers (USACE), Baltimore District, requests capabilities statements from qualified sources interested in performing work on the potential Master Planning Architect-Engineer (A-E) Multiple Award Task Order Contracts (MATOCs) in support of the USACE, Baltimore District military design mission.By way of this Sources Sought Notice, USACE, Baltimore District is conducting market research to determine if responsible sources exist for this effort. This Sources Sought Notice is one facet of the Government?s overall market research strategy. No acquisition strategy will be determined based solely on the information received from this Sources Sought Notice. Both small and large businesses are highly encouraged to participate in this Sources Sought.REQUIREMENT DESCRIPTIONUSACE, Baltimore District contemplates awarding up to six (6) MATOCs with a shared capacity of $50,000,000.00 for Multi-Discipline Architect-Engineering (A-E) Services. The period of performance will be five (5) years from date of award. The primary geographic area of performance is within the contiguous United States portion of the USACE, North Atlantic Division (NAD) Military Division boundaries. The geographic area of performance may also include other parts of the United States as well as overseas locations covered by the NAD Military Division boundaries for incidental utilization. Should acquisition of this requirement follow this market research effort, this acquisition will be conducted in compliance with 40 U.S.C. ?1101-1104, Selection of Architects and Engineers (formerly the Brooks Act).The North American Industry Classification Systems (NAICS) code for this requirement is 541330 ? Engineering Services, which has a size standard of $25,500,000.00. The Government is seeking responses from interested firms that are capable of providing the A-E services described in the section below.CAPABILITIESThis section details the range of capabilities that will be evaluated, and that are being considered for inclusion in the MATOC scope. Please note that a firm is not required to demonstrate all capabilities detailed below to submit a response to this notice. The purpose of this notice is not only to aid in determining the acquisition strategy, but also to understand the full range of industry capabilities for this work. Firms who can demonstrate a reasonable amount of the capabilities below are encouraged to submit a response.Provide comprehensive Architect-Engineer (A-E) services in support of Department of Defense (DoD) and other federal agency missions, with primary emphasis on installation master planning, programming, and implementation. Services include preparation and update of Real Property Development Plans (RPDP), Installation Master Plans (IMP), and supporting Component Plans such as Integrated Cultural Resources Management Plans (ICRMP), Integrated Natural Resources Management Plans (INRMP), Installation Energy Plans (IEP), Transportation Plans, and Military Installation Resilience Components (MIRC). Planning deliverables include Vision Statements, Goals and Objectives, Master Plan Summaries and Digests, and Capital Investment Strategies (CIS). Technical planning services include development of Design Guides and Installation Planning Standards (IPS) addressing building, streetscape, landscape, and engineering standards that guide long-term installation development.Transportation planning capabilities include development of Transportation Management Plans (TMP), traffic and circulation studies, mobility and accessibility assessments, and multimodal integration strategies supporting mission readiness and installation efficiency. Execution activities include facilitation of planning charrettes and stakeholder workshops; development of Military Construction (MILCON) programming documentation using DD Form 1391 through the Programming Administration and Execution (PAX) processor; and preparation of Economic Analyses (EA). Additional services include infrastructure and capacity assessments, feasibility studies, access control planning, and Anti-Terrorism/Force Protection (AT/FP) integration aligned with Defense Critical Infrastructure Program (DCIP) requirements. Planning efforts incorporate Low-Impact Development (LID) strategies and site or gap analyses to support resilient and sustainable installation development.Integrated planning and asset management services align planning decisions with force structure requirements, infrastructure capacity, and financial accountability. Capabilities include application of the Army Stationing and Installation Plan (ASIP) to align facility capacity with personnel stationing and use of the Real Property Planning and Analysis System (RPLANS) and Planning and Real Property Information Systems Management (PRISMS) for space utilization and requirements analysis. Experience includes integration with enterprise asset management systems such as the General Fund Enterprise Business System (GFEBS), NexGen IT, and Internet Navy Facilities Assets Data Store (iNFADS), as well as Sustainment Management System (SMS) tools including BUILDER, PAVER, and ROOFER to support facility condition assessments and lifecycle modeling. Supporting technical services include development and sustainment of Geographic Information Systems (GIS), Computer-Aided Design and Drafting (CADD) documentation, and preparation of the Tabulation of Existing and Required Facilities (TAB).Planning documentation includes preparation of District, Constraints, Regulating, and Developable Area maps, along with comprehensive requirements inventories and analytical planning products that support informed decision-making. Engagement activities include coordination with federal, state, tribal, and local government agencies, scientific organizations, regional planning entities, and installation stakeholders. Collaborative efforts routinely involve regulatory and advisory organizations such as the National Capital Planning Commission, Commission of Fine Arts, Advisory Council on Historic Preservation, and State Historic Preservation Offices, as well as community partners, advocacy groups, and installation residents.Engineering, design, and environmental services include preparation of plans, specifications, and design-build Requests for Proposal (RFP), supported by Level 1 through Level 5 cost estimates and value engineering analyses. Technical support includes site and geotechnical investigations; topographic, hydrographic, utility, and Light Detection and Ranging (LiDAR) surveys; and preparation of National Environmental Policy Act (NEPA) documentation, including Environmental Assessments (EA) and Environmental Impact Statements (EIS), with associated public disclosure and coordination processes. Services also include National Historic Preservation Act (NHPA) compliance and hazardous materials investigations supporting environmental due diligence requirements.Experience spans a broad range of facility and infrastructure types, including administrative, training, and logistics facilities; transportation and mobility infrastructure; secure and mission-critical environments; laboratory and medical treatment facilities; and community support infrastructure and other specialized assets supporting federal operational requirements.CAPABILITIES STATEMENT INSTRUCTIONSInterested respondents should address ALL the following in their Capabilities Statement:1. Basic Information:? Company name? Address? Point of contact? Phone number? Email address? Commercial and Government Entity (CAGE) code? Unique Entity ID (UEI)2. Indicate if your company is currently registered with the Systems for Award Management (SAM) database. If not, indicate if your company has been registered or if it plans to register.Note: Per FAR 52.204-7, ?The Offeror shall have an active Federal Government contracts registration in the System for Award Management (SAM) when submitting an offer or quotation in response to this solicitation and at the time of award.? SAM registration is not required to respond to this sources sought notice, though it is strongly encouraged. SAM registration will be required prior to responding to the synopsis/request for SF 330s once it is issued. This includes joint ventures.3. In consideration of NAICS code 541330 with a small business size standard of $25,500,000.00, indicate which of the following small business categories your business is classified under, if applicable:? Small Business? Service-Disabled Veteran-Owned Small Business? Woman-Owned Small Business? Economically Disadvantaged Women-Owned Small Business? HUBZone Small Business? 8(a) Small Business4. (Yes/No) Indicate if your company is currently prohibited from doing business with the Federal Government. If yes, please explain.5. Indicate whether your firm is interested in serving as a Prime Contractor or Subcontractor. 6. Capabilities: a) Provide a general description of the services your company provides as it relates to the Capabilities section provided in this notice.b) Include information and details of a minimum of two (2) but not more than three (3) example projects that are representative of the work listed in the Capabilities section above. The scope of services for the example projects must have been successfully completed within the past six (6) years. Example projects should include a narrative or a description of the services performed; project references (including owner with phone number and email address); and size of project and/or capacities.i. If the contractor is a small business joint venture, mentor/prot?g?, or is utilizing an affiliate, it is requested that the small business joint venture, mentor/prot?g? submit at least two (2) projects representing the small business/prot?g? prime contractors experience. If the small business joint venture, mentor/prot?g? does not have that experience, it may submit the relevant experience from the individual firms. c) Provide a description of the range of geographic locations that can be supported by your company.Page Limit and FormatCapability Statements shall be no longer than ten (10) 8.5 x 11 inch pages, in Times New Roman font no less than 10 point and submitted as a searchable Portable Document Format (PDF) file.SUBMISSION INSTRUCTIONSInterested sources who consider themselves qualified to perform the aforementioned requirement are invited to submit a Capabilities Statement in response to this Sources Sought Notice no later than 05 April 2026 at 2:00 PM Eastern Daylight Time (EDT).All responses to this Sources Sought Notice must be emailed to KennedyLuther.S.Vila@usace.army.mil and Aaron.G.Jones@usace.army.mil. In your email, please reference the Sources Sought Notice number W912DR26RA036.Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. If you have any questions regarding this Sources Sought Notice, please send an email to Kennedy Vila, KennedyLuther.S.Vila@usace.army.mil and copy Aaron Jones, Aaron.G.Jones@usace.army.mil.Responses to this Sources Sought Notice will be shared with the Government and the project team but will otherwise be held in strict confidence.