Skip to content
Department of Defense

$230M Regional AE Vertical Design MATOC

Solicitation: W9123826RA007
Notice ID: 2d236dd18b4c43489e97adb5228a7cad
TypePresolicitationNAICS 541330PSCC219Set-AsideNONEDepartmentDepartment of DefenseAgencyDept Of The ArmyStateCAPostedJan 29, 2026, 12:00 AM UTCDueJan 12, 2026, 07:00 PM UTCExpired

Presolicitation from DEPT OF THE ARMY • DEPT OF DEFENSE. Place of performance: CA. Response deadline: Jan 12, 2026. Industry: NAICS 541330 • PSC C219.

DoD CMMC Readiness
Modern compliance support by Federal Bid Partners

CMMC support options for this DoD solicitation

As DoD CMMC rollout expands, approximately 80%+ of DoD solicitations are expected to include cybersecurity/CMMC requirements, including many non-tech scopes.

Done-for-you service
CMMC start-to-finish with FBP
$2,000
Registered Practitioner logo
Guided by a Registered Practitioner with practical DoD workflow support.
  • Gap review, remediation roadmap, and implementation support
  • Policy package, evidence mapping, and submission prep
  • Designed for primes and subs across non-tech and tech work
Start CMMC with Federal Bid Partners →
AI-powered application
CMMC Pulsar™ start-to-finish
$399
CMMC Pulsar logo
First-of-its-kind CMMC Pulsar™ app to run your CMMC workflow with AI assistance.
  • Structured checklist, AI guidance, and progress tracking
  • Build evidence and controls with clearer next-step workflows
  • Ideal for teams that want speed plus affordability
Open CMMC Pulsar™ →
Solicitation context: W9123826RA007. Requirements vary by acquisition and contract type; COTS-only exceptions may apply.

Market snapshot

Awarded-market signal for NAICS 541330 (last 12 months), benchmarked to sector 54.

12-month awarded value
$11,600,288,083
Sector total $5,891,986,453,949 • Share 0.2%
Live
Median
$49,000,000
P10–P90
$318,927$81,800,000
Volatility
Volatile166%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.2%
share
Momentum (last 3 vs prior 3 buckets)
+74%($3,140,335,069)
Deal sizing
$49,000,000 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Map for CA
Live POP
Place of performance
Sacramento, California • United States
State: CA
Contracting office
Sacramento, CA • 95814-2922 USA

Applicable Wage Determinations

SAM WDOL references matched to this opportunity's location and scope language.

WD Directory →
Best fit for this contractDavis-Bacon
CA20260007 (Rev 3)
Match signal: state matchOpen WD
Published Jan 23, 2026California • Alpine, Amador, Butte +21
Rate
Asbestos Workers/Insulator (Includes the application of all insulating materials, Protective Coverings, Coatings, and Finishes to all types of mechanical systems) Area 1
Base $84.76Fringe $25.07
Rate
Area 2
Base $64.56Fringe $25.07
+247 more occupation rates available in the full WD.
View more for this contract
3 more WD matches and 247 more rate previews.
Davis-BaconBest fitstate match
CA20260007 (Rev 3)
Open WD
Published Jan 23, 2026California • Alpine, Amador, Butte +21
Rate
Asbestos Workers/Insulator (Includes the application of all insulating materials, Protective Coverings, Coatings, and Finishes to all types of mechanical systems) Area 1
Base $84.76Fringe $25.07
Rate
Area 2
Base $64.56Fringe $25.07
Rate
handler (Includes preparation, wetting, stripping, removal, scrapping, vacuuming, bagging and disposing of all insulation materials from mechanical systems, whether they contain asbestos or not) AREA 1
Base $35.31Fringe $12.75
+246 more occupation rates in this WD
Davis-Baconstate match
CA20260026 (Rev 2)
Open WD
Published Jan 23, 2026California • San Bernardino
Rate
Asbestos Workers/Insulator (Includes the application of all insulating materials, protective coverings, coatings, and finishes to all types of mechanical systems)
Base $56.32Fringe $26.52
Rate
Fire Stop Technician (Application of Firestopping Materials for wall openings and penetrations in walls, floors, ceilings and curtain walls)
Base $39.94Fringe $20.65
Rate
terial handler (Includes preparation, wetting, stripping, removal, scrapping, vacuuming, bagging and disposing of all insulation materials from mechanical systems, whether they contain asbestos or not)
Base $23.52Fringe $13.37
+129 more occupation rates in this WD
Davis-Baconstate match
CA20260012 (Rev 2)
Open WD
Published Jan 23, 2026California • San Luis Obispo
Rate
Asbestos Workers/Insulator (Includes the application of all insulating materials, protective coverings, coatings, and finishes to all types of mechanical systems)
Base $56.32Fringe $26.52
Rate
Fire Stop Technician (Application of Firestopping Materials for wall openings and penetrations in walls, floors, ceilings and curtain walls)
Base $39.94Fringe $20.65
Rate
terial handler (Includes preparation, wetting, stripping, removal, scrapping, vacuuming, bagging and disposing of all insulation materials from mechanical systems, whether they contain asbestos or not)
Base $23.52Fringe $13.37
+128 more occupation rates in this WD
Davis-Baconstate match
CA20260015 (Rev 2)
Open WD
Published Jan 23, 2026California • Ventura
Rate
Asbestos Workers/Insulator (Includes the application of all insulating materials, protective coverings, coatings, and finishes to all types of mechanical systems)
Base $56.32Fringe $26.52
Rate
Fire Stop Technician (Application of Firestopping Materials for wall openings and penetrations in walls, floors, ceilings and curtain walls)
Base $39.94Fringe $20.65
Rate
terial handler (Includes preparation, wetting, stripping, removal, scrapping, vacuuming, bagging and disposing of all insulation materials from mechanical systems, whether they contain asbestos or not)
Base $23.52Fringe $13.37
+127 more occupation rates in this WD

Point of Contact

Name
Sean Summer
Email
sean.a.summer@usace.army.mil
Phone
9165577792
Name
Amelia K. Bryant
Email
amelia.k.bryant@usace.army.mil
Phone
Not available

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE ARMY
Subagency
US ARMY CORPS OF ENGINEERS
Office
ENGINEER DIVISION SOUTH PACIFIC • ENDIST SACRAMENTO • W075 ENDIST SACRAMENTO
Contracting Office Address
Sacramento, CA
95814-2922 USA

More in NAICS 541330

Description

PRESOLICITATION NOTICE

Agency: Department of the Army, U.S. Army Corps of Engineers (USACE), South Pacific Division (SPD), administered by the Sacramento District (SPK)

Project Title: Indefinite Delivery Contract (IDC), Multiple Award Task Order Contract (MATOC) for Vertical Architect-Engineer (A-E) Services

Location: U.S. Army Corps of Engineers (USACE), South Pacific Division (SPD) Area of Responsibility, including California, Arizona, Nevada, Utah, New Mexico, and portions of Colorado, Oregon, Idaho, Wyoming, and Texas.

NAICS Code: 541330 – Engineering Services

PSC Code: C219 – Architect and Engineering

MATOC Contract Capacity: $230,000,000

Estimated Ordering Period: One (1) base year, with one (1) option year

Performance Structure: Multiple Award Task Order Contract (MATOC) with an Unrestricted pool and a Small Business Reserve pool.

Contract Type: Multiple Award Task Order Contract (MATOC); Firm-Fixed-Price task orders

Set-Aside: Unrestricted with a Small Business Reserve

1. GENERAL INFORMATION

The U.S. Army Corps of Engineers, Sacramento District (USACE SPK), on behalf of the South Pacific Division (SPD), intends to solicit SF330 qualification packages for a Multiple Award Task Order Contract (MATOC) to procure vertical design Architect-Engineer (A-E) services. This notice is for planning and information purposes only and does not constitute a solicitation.

The Government intends to award approximately six (6) to nine (9) Unrestricted and three (3) to five (5) Small Business Reserve Indefinite Delivery Contracts (IDCs). The MATOC will have a total shared capacity of $230,000,000.00. The contract ordering period will be for one base year with one option year, with an anticipated award in the first quarter of Fiscal Year (FY) 2027.

2. SCOPE OF WORK (OVERVIEW)

The MATOC will support the Military Design, Interagency and International Services (IIS), and limited Civil Works (CW) programs throughout the SPD Area of Responsibility. The scope requires a full range of A-E services for primarily vertical construction projects. Anticipated work includes:

  • Pre-Design Services: Site investigations, planning charrettes, and DD1391 preparation.
  • Design Services: Parametric estimating, full and partial designs (plans and specifications), and preparation of Design-Build Request for Proposals (RFPs).
  • Construction Phase Services: Engineering During Construction (EDC), quality assurance, and materials testing.
  • Project Types: Repair/modernization of existing facilities, design of new facilities, utility systems, historic preservation, and sustainable design.

Individual task orders will be competed and awarded to one of the MATOC holders.

3. TECHNICAL COMPLEXITY AND RISK

The work involves a wide range of A-E disciplines supporting diverse and technically complex military, interagency, and civil works projects across a large geographic region. Successful performance requires demonstrated experience with:

  • Multi-discipline A-E design for vertical construction.
  • Department of Defense (DoD) and USACE design standards and criteria.
  • Sustainable design principles and Leadership in Energy and Environmental Design (LEED).
  • Historic preservation and modernization of aging facilities.
  • Management of multiple, concurrent task orders in various locations.

4. PROCUREMENT STRATEGY

USACE SPK anticipates awarding one (1) MATOC with multiple IDC awards under this solicitation. The procurement will utilize Brooks Act procedures in accordance with FAR Part 36.

Selection will be based on demonstrated competence and qualifications for the required services. Firms will be selected for negotiations based on an evaluation of submitted SF330 (Architect-Engineer Qualifications) packages.

5. SMALL BUSINESS CONSIDERATIONS

This acquisition includes a specific Small Business Reserve with an anticipated three (3) to five (5) contracts set aside for qualified small businesses. Small business participation is a key component of this acquisition strategy.

6. ANTICIPATED SOLICITATION INFORMATION

  • Anticipated Synopsis/Solicitation Issue: February 2026
  • Anticipated Award Date: First Quarter of FY 2027
  • Contract Duration: One (1) base year with one (1) option year

7. DISCLAIMER

This presolicitation notice is for information and planning purposes only. It does not constitute a solicitation or a request for proposals. The Government will not pay for any costs incurred in response to this notice. All submission information and dates are subject to change. Interested parties are responsible for monitoring SAM.gov for the official solicitation.

Files

Files size/type shown when available.

No public attachments surfaced yet. Some owner portals gate files behind registration, and BidPulsar keeps enriching the package as new public links appear.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

FAQ

How do I use the Market Snapshot?

It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.

Is the data live?

The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.

What do P10 and P90 mean?

P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.