$230M Regional AE Vertical Design MATOC
Presolicitation from DEPT OF THE ARMY • DEPT OF DEFENSE. Place of performance: CA. Industry: NAICS 541330 • PSC C219.
Market snapshot
Awarded-market signal for NAICS 541330 (last 12 months), benchmarked to sector 54.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Point of Contact
Agency & Office
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.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
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.