Privately Funded
Bidding Soon
Documents Available
Publicly Funded
Addenda Available
Post-Bid
Published August 1, 2025 at 8:00 PM
Updated August 2, 2025
This is a service / maintenance or supply contract in Huntington, West Virginia. Contact the soliciting agency for additional information.
(1) Action Code: P (2) Date: 09 July (3) Year: 2025 (4) Contracting Office ZIP Code: 25701-2070 (5) Product or Service Code: C211 - Architect - Engineering Services (6) Contracting Office Address: US Army Corps of Engineers, Huntington District 502 8th Street Huntington, WV 25701-2070 (7) Subject: C - INDEFINITE DELIVERY CONTRACT (IDC) - ENGINEERING AND CONSTRUCTION SERVICES FOR VARIOUS INTERNATIONAL AND INTERAGENCY SUPPORT (IIS) PROJECTS ASSIGNED TO THE HUNTINGTON DISTRICT, US ARMY CORPS OF ENGINEERS, GREAT LAKES AND OHIO RIVER DIVISION (8) Proposed Solicitation Number: W9123725RA001 (9) Closing Response Date: 07 August 2025 (10) Contact Point or Contracting Officer: Ms. Kristen N. Smith, Contract Specialist, (304)399-5337 Mr. Philip S. Davis, Contracting Officer, (304)399-5291 (11) Contract Award and Solicitation Number: N/A (12) Contract Award Dollar Amount: N/A (13) Line Item Number: N/A (14) Contract Award Date: N/A (15 ) Contractor: N/A (16) Description: CONTRACT INFORMATION: This contract is being procured in accordance with the requirements of 40 U.S.C. 1101, Selection of Architects and Engineers (Brooks Act) as implemented in Federal Acquisition Regulation (FAR) Subpart 36.6 and the procedures provided in Engineer Pamphlet (EP) 715-1-7, Section 3-16. The Architect-Engineer (A-E) services procured under this indefinite delivery contract (IDC) will support the Huntington District's (LRH) International and Interagency Support Program (IIS) mission to provide support to nuclear facilities within the Great Lakes and Ohio River Division. The A-E services in support of requirements at nuclear facilities will consist of providing specialized nuclear engineering, environmental engineering, design reviews, engineering support during construction; plans and specification reviews, preparation of Computer-Aided Design and Drafting (CADD) drawing reviews, construction management, technical reviews of the decontamination, decommissioning and demolition of nuclear facilities to include nuclear quality assurance, environmental remediation, and project controls. This acquisition is to support Engineering and Construction Management services to be provided in various federal agencies to include Department of Energy (DOE) field/project offices, as well as DOE Office of Environmental Management (EM), Savannah River Site (SRS), Carlsbad Field Office, and Waste Treatment and Isolation Plant (WTP), and DOE National Nuclear Security Administration (NNSA), NNSA Office of Production Modernization and Materials Management, and Los Alamos National Lab, National Science Foundation (NSF), Department of Homeland Security (DHS), and possible other federal agencies that may be in need of these specialized nuclear Engineering and Construction Services. The most highly qualified firm will be selected for price negotiations based on demonstrated competence and qualifications for the required work. One indefinite delivery contract will be negotiated and awarded with a base year and four (4) option years. The contract amount will not exceed $90,000,000.00 over the life of the contract. The minimum guarantee amount will be $10,000.00 over the life of the contract. Work will be issued by negotiated firm-fixed price Task Orders. Task Orders may be awarded between $2,500.00 to $5,000,000.00. The contract is anticipated to be awarded in September 2025. North American Industrial Classification System (NAICS) code is 541330 with an applicable size standard of $25,500,000.00. This announcement is open to all businesses regardless of size. If a large business is selected for this contract, it must comply with FAR 52.219-9 Alt II (Dev) regarding the requirement for a subcontracting plan on any parts of the work it intends to subcontract; this is only required by the most highly qualified A-E firm and will not be part of the submittal for this synopsis. The submittal shall include a Quality Assurance / Quality Control (QA/QC) plan for consideration. A final USACE approved Quality Control Plan will be required at the time of award. To be eligible for contract award, the A-E firm must be registered in the System for Award Management (SAM) at https://sam.gov. PROJECT INFORMATION: The work and services to be accomplished will consist of providing, on an individual task order basis, highly technical and specialized nuclear engineering, environmental engineering, design reviews, engineering support during construction; plan and specification reviews, preparation of CADD drawing reviews, construction management, technical review of decontamination, decommissioning and demolition of nuclear facilities to include nuclear quality assurance, environmental remediation, and project controls. This work supports LRH ISS mission which include supporting the various customers listed above. Each of these agencies rely on LRH in assisting them to deliver high quality and safe engineering products in support of their nuclear facilities, to ensure the nation's nuclear energy supplies are stable, and the integrity of national security is maintained. There will be a requirement for capacity to field multiple teams of highly trained individuals in multi-disciplines to perform nuclear engineering and construction services within a three (3) to 12 month time frame at multiple sites and have the ability to manage multiple tasks/projects within very stringent timeframes. Team members shall be fully trained in various engineering and construction functions associated with the design and construction of larger scale civil works, environmental, and DOE cleanup and construction projects. Team members are also required to have senior level experience in the environmental and construction engineering fields and be licensed engineers with certifications in engineering and construction. Also, team members should be able to obtain DOE clearances to work on DOE project sites. Individuals shall be trained in CADD, QC/QA construction inspection, Construction Safety, Design and Geotechnical Software, MCACES, MII, Primavera Scheduling Software, Microsoft Professional, Microsoft Access and Acrobat Reader-Writer for the publication of documents and cost estimates. The firm shall have the capacity to field three (3) to five (5) teams consisting of 10 to 20 individuals at any given time to accomplish and achieve customer contractual commitments and schedule deadlines. The firm performing the work will be required to have senior-level management that has the capability to manage multiple tasks/projects within very stringent time frames. The firm will be required to provide the appropriate personnel, materials, equipment, management, quality and cost controls to perform all phases of engineering and construction services to include, but not limited to, planning engineering investigations/studies; designs; reports; construction plans and specifications; cost estimates; general construction and engineering type surveys; and related services; CADD; construction inspection/quality assurance and startup/commissioning of facilities. Work shall be accomplished in full compliance with established USACE and/or DOE manuals, policies, standards and practices and other professional practices and standards as necessitated by project conditions or job requirement. Drawings must be prepared on a CADD System (the tri-Services CADD Standards) and must be 100% compatible with Intergraph CADD system or translated at 100% compatibility for the A-E. Capability for scanning hard copy into the CADD and 3D design are also preferred. Work may require using the metric system. All work shall be prepared to be compatible with MS Windows and all specifications shall use SPECSINTACT format. Prospective firms must have experience in all aspects of engineering and construction services for civil works, environmental, DOE and military projects. SELECTION CRITERIA: The selection criteria are listed in descending order of importance. (A) Professional Qualifications: Nuclear engineering, mechanical engineering, electrical engineering, environmental engineering, civil engineering, project management (engineers or team leaders), construction managers (team leads or QA/QC engineers), subject matter experts in cost engineering, project scheduling specialists, risk specialist, cost engineer technicians, nuclear based engineering/management, nuclear quality (NQA-1) engineering/management/construction, nuclear safety, nuclear commissioning, instrumentation and controls (I&C) and technical writer. Additionally, the Prime contractor shall demonstrate the ability of qualified in-house personnel to perform quality control for all or most of the disciplines. (B) Specialized Experience and Technical Competence (examples should be limited to the past 10 years and should include a maximum of three example projects for each specialized category below to include large (valued greater than $100M) and technically complex production/processing plants or facilities, which should include public nuclear, commercial nuclear, and/or petro-chemical) in: Nuclear engineering, Large (greater than $100M) and technically complex production/processing plants or facilities, which should include public nuclear, commercial nuclear, and petro-chemical, Project Management, Engineering & Design and Construction Management Oversight of Startup and Commissioning of nuclear plants or facilities, Nuclear Quality Assurance (NQA)-1 and Commercial Grade Dedication Nuclear regulatory, such as the Nuclear Regulatory Commission (NRC), DOE, Defense Nuclear Facilities Safety Board (DNFSB), Nuclear Deactivation and Decommissioning (D&D), Cost engineering, including cost estimating, scheduling, integrated cost and schedule risk analyses, and project controls. (C) Independence: The firm shall declare all current or previous DOE prime or sub-contracts (within the past five years) and be rated on the ability to perform independent third-party reviews across the entire DOE complex. This declaration shall be made for all parties in the submittal to include the Prime, all subcontractors, and individual companies in a joint venture (if applicable). Prior USACE contracts and/or task orders for DOE support should be declared but are considered third party independent for purposes of this rating. (D) Capacity: Based upon current information known, the paragraph in Section A reflects the amount of potential work envisioned for the approximate five-year period of the proposed contract. The PDT divided the NTE amount of $90,000,000.00 by the five-year period to arrive at the $18,000,000.00 capacity for the firm to perform within a one-year period. The firm shall demonstrate technically qualified resources are available to execute and manage this contract and subsequent task orders with minimum advanced notification. (E) Past Performance: Performance on DoD, DOE and other contracts with respect to cost control, quality of work, and compliance with performance schedules as determined from PPIRS and other sources. This can include any information a firm submits on its past performance on recent similar contracts such as key personnel, specific elements of a company or major subcontractors. (F) SB and SDB Participation: The extent of participation of small businesses (including women-owned, HUBZone, small disadvantaged, veteran-owned, and service-disabled veteran-owned) and historically black colleges/universities and minority institutions (HBCU/MI) measured as a percentage of the total anticipated contracted effort, regardless of whether the small business is a prime contractor, subcontractor or joint venture partner. SUBMISSION REQUIREMENTS: All electronic submission material must be received no later than 3:00PM Eastern Time on August 07, 2025. Interested firms having the capabilities to perform this work must submit their SF 330, Part I and Part II, for prime and all subcontractors via email to kristen.n.smith@usace.army.mil and philip.s.davis@usace.army.mil and reference solicitation number W9123725RA001. No CD, DVD, thumb drive, paper submitted by facsimile, mail or hand-carried will be considered. Documents exceeding capacity for electronic submission via email may be supported by the DoD Secure Access File Exchange (SAFE) site at https://safe.apps.mil. The DoD SAFE instructions clearly define what constitutes a timely electronic submission. This is not a request for proposal. The POC for this action is Kristen Smith, kristen.n.smith@usace.army.mil. (17 ) Place of Contract Performance: The geographical boundaries include the Buffalo, Chicago, Detroit, Huntington, Louisville, Nashville and Pittsburgh Districts and locations of the IIS customers. (18 ) Set-aside Status: N/A The Method of Contractor Selection has not been determined at this Time.
Conceptual
Military
Public - Federal
Service, Maintenance and Supply
We’ve obtained documents for this project and are currently processing them.
Trades Specified
Division 00 - Lorem Ipsum
One Low Price
- One license and one market
- Details and key contacts on all bidding projects
- Organize your pipeline with a digital bid board
- Automatically match opportunities to your profile
- Saved searches deliver daily project leads to your email inbox
Market Pricing Around
- All Starter Product functionality
- Access to all documents (plans, specifications, and addenda)
- Access to planning projects
- Access to contact information
- Ability to Export
Find More Local Projects
Within 75 Miles of This Project
You’ve Reached the Free View Limit
Want to see more project and bidder data in your market? Check out our product options and see what works best for you and your business.
Come back in [[refresh_days]] to get [[project_count]] more free projects.
January 8, 2026
502 8th St, Huntington, WV
Related To This Project
Huntington, WV
Bid Date: May 11 2021
Huntington, WV
--
Huntington, WV
Bid Date: Aug 28 2025
Huntington, WV
--
Huntington, WV
--
Huntington, WV
Bid Date: Sep 22 2025
Huntington, WV
Bid Date: Nov 20 2025
Huntington, WV
Bid Date: Aug 01 2025
Huntington, WV
Bid Date: Aug 12 2025
Huntington, WV
Bid Date: Jul 08 2025
Huntington, WV
Bid Date: Jul 10 2019
Huntington, WV
--
Huntington, WV
Bid Date: Oct 07 2025
Preview Active Commercial Construction Projects Like This One
Get preview access now—no credit card required.
