Public tender

USDA Nationwide Architect-Engineer Services Indefinite-Delivery Contracts

NATIONWIDE ARCHITECT-ENGINEER SERVICES, INDEFINITE-DELIVERY CONTRACT INFORMATION. This acquisition is being procured in accordance with the Brooks Act as implemented in FAR Subpart 36.6. A-E services are required for multiple Indefinite-Delivery Contracts (IDC) to provide for the primary disciplines of Architecture, Me…

Source ID: f406257912cb4179818c7860dbe46eef

Scope overview

  • NATIONWIDE ARCHITECT-ENGINEER SERVICES, INDEFINITE-DELIVERY CONTRACT INFORMATION. This acquisition is being procured in accordance with the Brooks Act as implemented in FAR Subpart 36.6. A-E services are required for multiple Indefinite-Delivery Contracts (IDC) to provide for the primary disciplines of Architecture, Mechanical, Electrical, Plumbing, Environmental, Fire Protection, Civil, and Structural. It is anticipated that contracts will be awarded in the second quarter of CY 2026. This announcement is open to all businesses regardless of size. It’s anticipated that up to five or six contracts will be awarded, including one to a small business. Contracts will be used mainly by USDA-APHIS but any USDA agency may issue task orders against them. Firms will be selected for negotiation based on demonstrated competence and qualifications for the required work. The Government may award contracts in response to this announcement at any time until one year from the closing date of this announcement. Selection will be in order of preference from the firms considered most highly qualified. All interested A-E firms are reminded that, in accordance with the provisions of PL 95-507, they will be expected to place subcontracts to the maximum practicable extent, consistent with the efficient performance of the contract, with small and small disadvantaged firms. If a large business is selected for this contract, it must comply with FAR 52.219-9 regarding the requirement for a subcontracting plan for that part of the work it intends to subcontract. The target subcontracting goals for this contract are as follows: a minimum of 22% of the contractor’s intended subcontract amount be placed with small businesses, 5% must be placed with small, disadvantaged businesses, 5% must be placed with women-owned small businesses, 5% must be placed with service-disabled, veteran-owned small businesses, and 3% must be placed with HUBZone businesses. If a large business firm is selected for this contract, it will be required to submit a detailed subcontracting plan during contract negotiations. If the selected firm intends to submit a plan with lesser goals, it must submit written rationale in the plan as to why the above goals cannot be met. The North American Industry Classification System code for this action is 541330, and the corresponding small business size standard is $25.5 million in average annual receipts. These contracts will have a base period not to exceed one year with four, one-year option periods, an annual contract value of $3 million, and a total IDC value not to exceed $15 million. Work under these contracts are subject to satisfactory negotiation of individual task orders. An option period may be exercised when the contract amount for the base period or preceding option period has been exhausted. USDA-APHIS currently has, and may award in the future, IDC contracts to perform work that may also be encompassed by this announcement. The selection board chair will consider the selection criteria below in deciding which contractor(s) will be selected. If more than one firm is selected, the top- ranked firm will be awarded the first contract, the second ranked firm will be awarded the second contract, and so on. If necessary, secondary selection criteria will be used as a tie breaker between firms considered as technically equal. The wages and benefits of service employees (see FAR 22.10) performing under this contract must be at least equal to those determined by the Department of Labor under the Service Contract Act, as determined by the employees’ office location (not the location of the work). 2. PROJECT INFORMATION: Nationwide A/E services will include Architectural, Mechanical, Electrical, Plumbing, Environmental, Fire Protection, Civil, and Structural work for the preparation of contract drawings, specifications, cost estimates, and possible associated services such as: LEED design services, NEPA documentation and environmental assessments, designer of record services, value engineering, design (peer) review, master planning, laboratory planning, facility inspection for deficiencies, obtaining various required permits, construction management, geotechnical investigations, surveying, life cycle analysis, commissioning, testing adjusting & balancing (TAB) and performing Special Inspection and Material Testing services and Construction Inspection Contractor (CIC) services. Commissioning, TAB, Special Inspection services and CIC services may or may not be related to work designed by said firm if and when used. Projects will cover a variety of building types nationwide, such as offices, laboratories, animal and plant inspection stations, quarantine stations, and general utility buildings. Some work may involve only one or two disciplines, i.e., Mechanical/Electrical, where repair and/or remodeling are involved and other types of work might include incinerators, fumigation hoods, compressed gas facilities, water and sewer mains, and water treatment facilities that may or may not require the services of one or more disciplines. Some of our major facilities are located in Edinburg, TX; Ames, IA; Newburg, NY; Fort Collins, CO; Miami, FL; and Laurel, MD. New buildings generally will be in the $100,000 to $5,000,000 cost range. Repair and remodeling work varies from a few thousand to $500,000 cost range. In the selection process, firms may be chosen for interviews prior to making the final selection. 3. SELECTION CRITERIA: The specific selection criteria (paragraphs a through f are primary and g is secondary and will only be used as a tie-breaker) in descending order of importance are as follows and must be documented with resumes in the SF 330. a. PROFESSIONAL QUALIFICATIONS: Firms must have major Architectural and Engineering disciplines (Architectural, Plumbing, Environmental, Fire Protection, Civil, Structural, Electrical, Mechanical and LEED accredited professionals) in-house. Firms (either in-house or through association with qualified consultants) must provide resumes on all key professional personnel and identify the state in which the professionals are licensed for Civil, Mechanical, Electrical, Architectural, and Structural. Firms must be capable of providing LEED design services and sustainable services. b. SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE: Within this criterion, highest consideration will be given to firms with experience in the planning, design, commissioning, testing adjustment & balancing of laboratories, bio-medical facilities, quarantine and isolation facilities, insect secure facilities, greenhouses, HEPA filtration, asbestos abatement, EPA environmental regulations, construction management, general construction design, design of emergency generators, design of photovoltaic systems, design of new incinerators and renovations of existing incinerators. Firms must be familiar with the following/latest design guides such as USDA/ARS Facilities Design Standard 242.01M and 242.04M, LEED, EnergyStar7 and LABs21 designs, APHIS Ventilation Guideline 13-3, NIH publication 88-8395 “Bio-Safety in Microbiological and Biomedical Laboratories,” The American Association for Accreditation of Laboratory Animal Care (AAALAC) “Guide to Care and Use of Laboratory Research Animals, Guide #8523,” the Animal Welfare Act, and the EPA and OSHA regulations concerning use and storage of hazardous and controlled materials, National Energy Conservation Act – Electric Meter Guidance and Green Products for Federal Procurement, LEED, EnergyStar7 and Lab21 approach for new and/or rehab projects in laboratories. c. FIRM’S CAPACITY AND CAPABILITY TO COMPLETE THE WORK IN THE REQUIRED TIME: The composition of the A/E firm and their consultants, production, and quality control systems, shall be in place and sufficient to accomplish projects in the required time frames and within budget. The A/E firm shall maintain available personnel in all design disciplines including supporting technical staffs, LEED, cost estimating, Lab21 design and CAD capability for producing contract drawings that are compatible with the latest version of AutoCAD. All documents furnished to USDA/APHIS shall be compatible with Microsoft Windows 11 operating system. Firms shall indicate the major mission/function and specialty of each of its branch offices. d. PAST PERFORMANCE AND EXPERIENCE: (1) Past performance on contracts with Government agencies and private industry in terms of cost control, types of projects, quality of work, and compliance with performance schedules. (2) Applicants are required to submit references with names and telephone numbers of contact persons. (3) Experience with codes, regulations, permits, etc. (4) Ability to reflect firm’s proficiency as it relates to providing a functional, cost efficient, complete product that blends with local surroundings. e. PROPOSED PROJECT TEAM AND ORGANIZATION: (1) Firms must indicate professional recognition and work experience of key personnel. (2) Professional registration, associations and advanced degrees and specific related work of employees. (3) Capability and experience of individuals who will be administering the contracts. f. LOCATION: Firms will be required to use branch offices closest to the design project when providing Special Inspections and Material Testing, CIC, DOR services, testing adjusting & balancing (TAB) and for the preparation of contract documents. Responses will be made by completion and submittal of Standard Form 330 and all pertinent supplemental or supporting data. g. SMALL BUSINESS PROGRAM PARTICIPATION: Extent of participation of SB, SDB, WOSB, HUBZone, SDV in the proposed contract team, measured as a percentage of the estimated subcontracting effort. 4. SUBMISSION REQUIREMENTS: a. Interested firms having the capabilities to perform this work must submit their SF 330 to james.g.roloff@usda.gov no later than 1 p.m. ET on Feb 12, 2026. b. SF 330, Part I, Section H (Additional Information) must contain the following: (1) Item 1 – Management Plan – Include the information requested in paragraph 3c above. (2) Item 2 – Capacity to complete the work. Reference paragraph 3c above. Provide a 1-2 page narrative discussing the capacity of the design firm to meet schedules, including adequacy of qualified personnel available and past experience in meeting tight design schedules. (3) Item 3 – Extent of participation of SB, SDB, WOSB, SDVOSB, and HUBZone, measured as a percentage of the total estimated subcontracting effort compared to the goals identified in paragraph 1 above. c. The SF 330 is limited to 150 pages and limited to 12 projects illustrating specialized experience. d. All firms must be registered in the System for Award Management (SAM) to be considered for award of a federal contract. Information regarding registration can be obtained online at www.sam.gov. 5. Solicitation packages are not provided. This is not a Request for Proposals. Personal visits for the purpose of discussing this announcement will not be entertained or scheduled. Please check for updates to this announcement after the publication date. RFIs and responses posted below. More RFIs posted below.
Statusopen
CategoryOther
CountryUnited States
Publish dateFeb 2, 2026
Submission deadlineFeb 12, 2026
Estimated value
Notice typetender_notice
Sourceus-sam-opportunities
BuyerAGRICULTURE, DEPARTMENT OF.ANIMAL AND PLANT HEALTH INSPECTION SERVICE.MRPBS MINNEAPOLIS MN
Buyer websitehttps://sam.gov/
CityMinneapolis

Buyer & contacts

Contacts available
4 fields shown publicly. Subscribe to unlock workspace tools (export, alerts, and buyer history).
Unlock details
Contact name
Jim RoloffUnlock export & alerts
Email
james.g.roloff@usda.govUnlock export & alerts
Phone
6125907603Unlock export & alerts
Organization
AGRICULTURE, DEPARTMENT OF.ANIMAL AND PLANT HEALTH INSPECTION SERVICE.MRPBS MINNEAPOLIS MNUnlock export & alerts

Documents

Documents available
2 file(s) listed publicly. Subscribe to unlock workspace tooling (OCR, search, and one-click packs).
Unlock downloads
  • More RFIs and Respsonses.docx

    Attachment

    DownloadUnlock OCR
  • RFIs and responses.docx

    Attachment

    DownloadUnlock OCR

Tags & Signals

architect-engineer servicesindefinite-delivery contractsUSDA procurementBrooks Actengineering disciplinessmall business set-asidefederal contractingtask orders

Similar tenders

United StatesOtheropen

Architect-Engineer Services for Buzzard Point Park Rehabilitation Project

The National Park Service intends to solicit Title I and II Architect-Engineer services for the rehabilitation of Buzzard Point Park within Anacostia Park. This small business set-aside contract requires landscape architecture services to plan, design, and prepare construction documents. The firm-fixed price contract has a performance period of 765 calendar days from award.

Published: Feb 12, 2026Deadline: Feb 28, 2026ID: db73fcb76d764992a5d286aa651e50fa
United StatesOtheropen

Architect-Engineer Qualifications Request for Service-Disabled Veteran-Owned Businesses

This announcement solicits SF 330 qualification packages from Service-Disabled Veteran-Owned Small Businesses for architect-engineer services. The procurement follows the Brooks Act procedures and is 100% set aside for eligible SDVOSB firms. Submissions will be evaluated based on published selection criteria, with no cost reimbursement for respondents.

Published: Jan 26, 2026Deadline: Feb 5, 2026ID: f3c6f5c0c95f4fcb90fe7a7d21ae5bfa
United StatesOtheropen

Architect-Engineer Services for Construction Project Development

The procurement seeks engineering services for developing complete construction documents, including working drawings, specifications, and construction period services. The selected firm will coordinate with VA personnel and ensure compliance with industry standards and VA design requirements. The construction phase is projected to have a magnitude between $2 million and $5 million.

Published: Jan 23, 2026Deadline: May 30, 2025ID: e317dea8fb274543a9c133a1bc618e7e
Start your pilot

Unlock the full IndexBox Tenders workspace

Get hourly updates across 100k+ opportunities, AI recommendations, and one-click autopilot workflows. Zero obligation.

Disclaimer: IndexBox Tenders does not issue, announce, or publish this tender. This information is aggregated from publicly available sources and is provided for informational purposes only. IndexBox Tenders is not affiliated with, endorsed by, or acting on behalf of the tender issuer. Users should verify all information directly with the official tender source before making any decisions or taking any action.