SOLICITATION NOTICE
C -- Multiple Award Task Order Contract (MATOC) for Highway and Bridge Design and Engineering Services
- Notice Date
- 3/2/2026 3:11:00 PM
- Notice Type
- Presolicitation
- NAICS
- 541330
— Engineering Services
- Contracting Office
- 693C73 EASTERN FED LANDS DIVISION Ashburn VA 20147 USA
- ZIP Code
- 20147
- Solicitation Number
- 693C73-26-R-000029
- Response Due
- 4/16/2026 11:00:00 AM
- Archive Date
- 07/30/2026
- Point of Contact
- Colleen Delauter, C. Shawn Long
- E-Mail Address
-
EFLHD.AE@dot.gov, EFLHD.AE@dot.gov
(EFLHD.AE@dot.gov, EFLHD.AE@dot.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- Multiple Award Task Order Contract (MATOC) for Highway and/or Bridge Design and Engineering Services: Solicitation Number 693C73-26-R-000029 The Federal Highway Administration (FHWA), Eastern Federal Lands Highway Division (EFLHD) anticipates awarding up to four Indefinite Delivery Indefinite Quantity (IDIQ) Contracts to small business concerns only to perform subsequent task orders for highway and/or bridge design and engineering services and various other architect-engineer (A-E) services in support of highway, street, and bridge construction projects for Federal Land Management agencies (i.e. National Park Service, U.S. Forest Service, U.S. Fish and Wildlife Service, etc.) within the continental United States and its territories such as Puerto Rico and the U.S. Virgin Islands. The type of work performed on each A-E task order will vary but may primarily include highway and/or bridge design and related engineering services. Secondary services include but are not limited to geotechnical, hydraulics and hydrology, survey and mapping, traffic and safety engineering, structural engineering, planning and/or scoping, value engineering, environmental compliance, landscaping, architectural and architecturally related services, and other engineering services as may be required. All work must be performed or approved by a registered Professional Engineer. All electronic plans and specifications must be fully compatible with the Google Workspace platform, OpenRoads and OpenBridge Designer software, and other FHWA approved and compatible software. Familiarity with the FHWA is desired and expertise with AASHTO policies is required. The MATOC will have a shared total capacity of $60,000,000 among all IDIQ contract holders. The planned duration for the IDIQ contracts is a total of five years, consisting of a base year period and four option year periods. This acquisition will be a total small business set-aside and will be solicited and awarded under the North American Industry Classification System (NAICS) code 541330. The small business size standard for NAICS code 541330 is $25.5 million. Please note that the size of a small business firm includes all parents, subsidiaries, affiliates, etc. Refer to the Code of Federal Regulations 13 CFR 121.103 for information on how the SBA determines affiliation and 13 CFR 121.108 regarding the penalties for misrepresentation of size status. If a member of a joint venture (JV), include relevant information from both members of the JV. EFLHD is conducting a �two-stage� qualifications-based selection process per Federal Acquisition Regulation (FAR) Part 36. During the first stage, the Request for Qualifications (RFQ) solicitation will be issued on or about March 17, 2026. Statements of qualifications (SOQ) will be due electronically approximately 30 calendar days after the RFQ has been issued. An architect-engineer evaluation board will review and evaluate offeror qualifications and select the most highly qualified offerors based on the established RFQ evaluation criteria to participate in the second stage of the selection process. Additional information regarding submission requirements for stage one will be provided in the RFQ. The offerors selected to participate in the second stage of the selection process will be sent a Request for Proposal (RFP), which will explain the remainder of the process requirements at that time. IMPORTANT SAM REGISTRATION AND PAYMENT REQUIREMENTS: In accordance with Federal Acquisition Regulation (FAR) 52.204-7 (DEVIATION NOV 2025), prospective offerors shall have an active Federal Government contracts registration in the System for Award Management (SAM) when submitting an offer in response to the solicitation and at the time of award. To register in SAM, go to https://www.sam.gov. Annual contractor representations and certifications must be completed online at https://www.sam.gov. Also, FAR 52.232-33 requires SAM registration for payment. Register to receive email notifications to be automatically notified when a document is added or updated for this pre-solicitation notice and the solicitation and any amendments in the future. Please note if firms do not register as an interested vendor for this solicitation on https://www.sam.gov, there will be no Interested Vendors List. It is the offerors' responsibility to check the Internet address provided as necessary for any posted changes to this notice and future solicitations and/or amendments. Please send all questions concerning the solicitation to eflhd.ae@dot.gov. Please be sure to include the solicitation number in the subject line of your email along with the point of contact information for the requesting firm in the body of the email. Requests for 'faxing' or overnight mailing will not be accepted.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/c4db50dbe927452ca37ee8a72f612594/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN07730862-F 20260304/260302230036 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |