MULTI-DISCIPLINE ARCHITECT-ENGINEERING SINGLE AWARD TASK ORDER CONTRACT TO SUPPORT THE ANC ENTRY CORRIDOR PROJECT AT ARLINGTON NATIONAL CEMETERY
THIS IS A SOURCES SOUGHT NOTICE ONLY; IT IS NOT A REQUEST FOR COMPETITIVE PROPOSALS.
PROJECT DESCRIPTION
The U.S. Army Corps of Engineers (USACE) is conducting Market Research to identify potential sources for award of a Multi-Discipline Architect-Engineering (A-E) Single Award Task Order Contracts (SATOC) to support the Entry Corridor project at Arlington National Cemetery. The purpose of this A-E contract is to provide engineering and design support for the Entry Corridor project and allow for continuity between the various phases of the project.
If your firm has a capability to demonstrate services required by this acquisition, you are requested to submit a response in accordance with the requirements set forth in this notice.
SCOPE OF SERVICES:
Multidiscipline design and/or other Architect-Engineering Professional Services as required for planning, design and construction phase services support exclusively for the Arlington National Cemetery (ANC) Entry Corridor Project (inclusive of all six phases of the project as defined at the time of issuance of the RFP) located in Arlington, VA, and assigned to the Norfolk District, U.S. Army Corps of Engineers, North Atlantic Division. All work must be performed by or under the direct supervision of licensed professional Architects or Engineers, in accordance with Unified Design Criteria, USACE's design guide, and integration of the geographic conditions and site constraints. The ANC Entry Corridor Project is a highly visible, politically sensitive project with Congressional interest and heightened public interest. This project focuses on Memorial Avenue and the historic entrance into the cemetery welcome area for funeral attendees, dignitaries, and visitors alike. The goal of the project should make transportation, pedestrian circulation, wayfinding, security, and functionality seamless for visitor exploration of the cemetery. Significant interaction with multiple stakeholders, local, state, and federal governmental agencies, and interested parties is anticipated throughout design and construction. Work may include but will not be limited to any or all of the following: design services, drafting, planning, programming, cost estimating, topographic or boundary surveys, engineering studies, site investigations, value engineering services, subsurface geotechnical investigation/testing/reports, environmental studies/testing/reports, hazardous materials testing and abatement. Additional services include construction phase support services such as site visits, shop drawing reviews, submittal reviews, responses to requests for information, design during construction, field investigations, and other technical support. All work will be performed by or under the direct supervision of licensed professional Architects or Engineers.
The work required extends beyond a single project effort in that it involves the planning, design, scheduling, management, coordinating, investigating, and CADD & BIM support for a fluctuating flow of simultaneous, though unrelated, delivery orders. Therefore, the Contractor will be required to respond rapidly to Government requirements with outstanding professionalism and top-quality craftsmanship, without compromising professional standards, current mission requirements, and end user readiness. In general terms, the proposed contracts will consist of preparing construction RFP packages for either Design-Bid–Build or Design-Build projects in support of the ANC Entry Corridor project depending on the individual Task Order requirements. The selected firms will be responsible for checking calculations, drawings, details, notes, and other work products to verify the design intent, technical adequacy, and other work projects depending on the individual Task Order requirements.
Refer to the Encl 1 for a full detail of expected services required under this contract.
GENERAL:
The new acquisition will result in an award of one Indefinite-Delivery, Indefinite-Quantity, (IDIQ) A-E contract with a total estimated capacity of $40,000,000.00. The awarded contract will have a five-year base with no option years. The contemplated contract will be procured in accordance with the Selection of Architects and Engineers Statute (PL 92-582, formerly known as Brooks A-E Act), 40 USC Chapter 1101 et seq., as implemented by FAR Part 36.6.
The appropriate Northern American Industry Classification System (NAICS) code for this procurement is 541330 – Engineering Services. The Small Business Size Standard is $25.5 million.
All interested parties are reminded that to qualify as a Small Business under any of the above socioeconomic categories, in the event a set aside is done, at least 50% of the cost of contract performance incurred for personnel shall be expended for employees of the concern (see FAR 52.219-14 (b)(1)). Interested parties shall be prepared to demonstrate how this requirement will be met, as meeting this requirement will be evaluated in determining the successful offeror once a synopsis notice is issued. Small business concerns should not claim eligibility for any given set-aside if they cannot meet the cost of personnel requirement for that set-aside.
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. Before a Small Disadvantaged Business is proposed as a potential subcontractor, they must be registered in the database maintained by the U.S. Small business Administration--PRO-Net. Failure of a proposed Small-Disadvantaged Business to be registered in PRO-Net at the time the responses are submitted will result in their elimination as a proposed subcontractor. To be eligible for contract award, firms must be registered in the DoD System for Award Management (SAM). Register via the SAM internet site at https://www.sam.gov or by contracting the DoD Electronic Commerce Information Center at 1-888-227-2423.
CAPABILITIES STATEMENT REQUIREMENTS:
Interested sources must provide a response that addresses the information listed below. The Sources Sought response should demonstrate knowledge of, experience in, and ability to successfully execute the proposed Project. The Capability Statement should be limited to 5 single-sided pages, demonstrating the firm’s ability to meet and execute the requirements set forth above. Please ensure to address all questions requested by the Government:
1. Company name, address, phone number, and a point of contact with email address.
2. Please submit your company's Cage code and Unique Entity Identifier (UEI) to verify your business status (i.e., Small Business, HUBZONE, etc.). All Contractors must be registered in the System for Award Management (SAM) prior to submitting a qualification statement once a synopsis notice is issued. Please see https://sam.gov/content/home for additional registration information.
3. Indicate the primary nature of your business, business size in relation to the NAICS Code 541330, and capability to execute the capabilities listed above as demonstrated by the following criteria:
a. Please submit three (3) example projects (one page each) completed within the past 7 years, with examples being in support of new or renovated buildings/structures for cemetery and memorial campus projects, and 100% design in support of a design-bid-build projects. Out of the three (3) projects submitted, at least one (1) project must demonstrate familiarity with preservation design of historic structures, and coordination with interested preservation authorities (e.g., State Historic Preservation Office (SHPO), National Park Service (NPS), Commission of Fine Arts (CFA), etc.). It is understood that this represents a wide range of conditions and locations. Information presented shall demonstrate general understanding with specific experience, as applicable. Feel free to expand on capability requirements. The completion can refer to either the design or construction.
b. Please provide a narrative demonstrating your firms ability and capacity to successfully support multiple design efforts with varying level of complexities concurrently.
c. Provide the Contract Number, Contract Type (i.e., Fixed Price, IDIQ, Cost Reimbursement, etc.), project value, contract value, and point of contact with phone number. Indicate whether the work was performed as a prime or a subcontractor, as well as what percentage of work your firm performed.
d. Provide professional qualifications and capabilities (resumes not exceeding one page for a team member) of key project management personnel to be assigned to the resulting contract, include experience within the past 7 years in the types of work addressed above. Resumes will not be counted toward the 5 single-sided page limit.
4. If you are considering entering a teaming arrangement, you should provide the name of all teaming partners, the anticipated type of teaming arrangements, address the specific services each member will provide, and include applicable professional qualifications and experience for each member, and to what extent your firm has worked with the proposed subcontractors in the past.
DISCLAIMER
Since this is a Sources Sought Announcement only, no evaluation letters and/or results will be issued to the respondents. No solicitation exists and solicitation requests will not be acknowledged. USACE Norfolk District is not seeking or accepting unsolicited proposals and will not accept telephone inquiries. The information provided in this Notice is subject to change and in no way obligates the Government to solicit for or award a contract. The Government will not provide debriefs on the results of this research, but feedback regarding the decision to set-aside or not set-aside the procurement; solicit as one project or multiple projects, will be accomplished via a Pre-Solicitation Synopsis or Solicitation for these services as applicable. All information submitted will be held in a confidential manner and will only be used for the purpose intended. Points of contact listed may be contacted for the purpose of verifying performance.
The anticipated synopsis date is March 2026.
RESPONSE
All responses to this announcement shall be sent electronically to Jacob Coody at Jacob.W.Coody@usace.army.mil and copy Nick Lizotte at Nicholas.Lizotte@usace.army.mil no later than 5:00 PM (Eastern Time) 11 November 2025. LATE RESPONSES MAY NOT BE CONSIDERED.
Primary Point of Contact:
Jacob Coody
Contract Specialist
Jacob.W.Coody@usace.army.mil
USACE District, Norfolk
Secondary Point of Contact:
Nick Lizotte
Contracting Officer
Nicholas.Lizotte@usace.army.mil
USACE District, Norfolk
Enclosure:
Enclosure 1 Sources Sought Entry Corridor AE SATOC