Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 07, 2026 SAM #8867
SOURCES SOUGHT

C -- General Architect-Engineer (A-E) Services for Riverine Flood Risk Management, Navigation, Coastal Flood Risk Management, and Ecosystem Restoration Projects in the NAN/NAD Region

Notice Date
3/5/2026 9:32:05 AM
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
W2SD ENDIST NEW YORK NEW YORK NY 10278-0004 USA
 
ZIP Code
10278-0004
 
Solicitation Number
W912DS26S0020
 
Response Due
3/23/2026 11:00:00 AM
 
Archive Date
06/22/2026
 
Point of Contact
Adrian Stafford-Browne, Nicholas P. Emanuel
 
E-Mail Address
adrian.j.stafford-browne@usace.army.mil, nicholas.p.emanuel@usace.army.mil
(adrian.j.stafford-browne@usace.army.mil, nicholas.p.emanuel@usace.army.mil)
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. The U.S. Army Corps of Engineers, New York District is conducting market research to facilitate a determination of the acquisition strategy for this procurement. The determination of the acquisition strategy for this procurement lies solely with the Government and will be based on market research and information available to the Government from other sources. The New York District is conducting this market research to identify businesses which have the capability to perform navigation, ecosystem restoration, and flood risk management projects including coastal and inland storm damage reduction projects. NO AWARDS WILL BE MADE FROM THE RESPONSES TO THIS NOTICE. This notice is for information purposes only and is not a request to be placed on a solicitation mailing list, nor is it a Request for Proposal (RFP) or an announcement of a solicitation. Responses to this sources sought announcement will be used by the Government to make appropriate acquisition decisions. The Government will not pay for any material provided in response to this market survey nor return the data provided. 1. CONTRACT REQUIREMENT: The anticipated contracts, when solicited, will be procured in accordance with the Brooks Architect-Engineer Act as implemented in FAR subpart 36.6. Firms will be selected for negotiation based on demonstrated competence and qualifications for all required work. This procurement will be conducted under the North American Industrial Classification System Code (NAICS) 541330, Engineering Services. The Small Business Administration (SBA) average annual receipts limit (as calculated by 13 CFR � 121.104) for NAICS code 541330 is $25,500,000.00. To be considered a Small Business under this NAICS code, the respondent's average revenue for the last three fiscal years cannot be more than $25,500,000.00. If the respondent's average revenue for the last three fiscal years is over $25,500,000.00, the respondent is not considered a Small Business. All respondents MUST identify their business size relative to the NAICS code. Respondents are required to state whether the firm is a Large Business, Small Business, 8(a) Program Participant, HUBZone Small Business, Small Disadvantaged Business, Women-Owned Small Business, Veteran-Owned Small Business, or Service-Disabled Veteran Owned Small Business. When the requirement is solicited, firms will be selected for negotiation based on demonstrated competence and qualifications for all required work. The Government anticipates issuing a Multiple Award Task Order Contract (MATOC) for AE services and includes a target of six (6) or more reserved IDC�s sharing capacity of $180M. Each IDC will have a duration of five (5) years and a maximum of 60 months and will not include optional time periods. The anticipated six (6) or more contracts will share a total capacity not to exceed $180,000,000. If one or more of the contracts in the MATOC are set-aside for Small Business, FAR 52.219-14, Limitation on Subcontracting, will be included in the contract. This clause requires that at least 51 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern. 2. PROJECT INFORMATION: General Engineering services to include support of the Flood Risk Management program, Navigation program, Coastal Flood Risk Management program, Ecosystem Restoration program, and other Civil Works programs. The project area is primarily within the New York District boundaries and other Corps of Engineer locations within North Atlantic Division (NAD)/Major Subordinate Command (MSC) boundaries. 3. QUALIFICATIONS: All interested firms are encouraged to respond to this notice and may respond to this announcement by submitting a capability statement which addresses the following key areas: Demonstrated experience in the following Architect Engineering (A-E) Services to include the planning, studies, analysis, modeling, surveys, investigation, design, and construction phase services for the following types of projects: Flood Risk Management and Flood Damage Reduction design work which includes, but is not limited, to levees, floodwalls, pump stations, closure structures, interior drainage, drainage structures, and sluice gates. Non-Structural Flood Risk Management design work which includes, but is not limited to, structure raising, structure relocation/removal, dry floodproofing, wet floodproofing, and flood warning systems. Coastal Flood Risk Management design work which includes, but is not limited to, dunes, groins, seawalls, restoration improvements in coastal and coastal inlets, and deploying and servicing wave gages and other instrumentation. Ecosystem Restoration and Mitigation design work, which includes, but is not limited to, the design of tidal and freshwater wetlands, the collection of bio-benchmarking data, the evaluation of planned wetlands (EPW) analysis, establishing appropriate design elevations for proposed vegetation communities, and plant species selection. Navigation design work, which includes, but is not limited to, the design of channel deepening or improvements, blasting and subsurface investigations, remote sensing, underwater drilling, and geotechnical engineering and geophysical investigations. 4. SUBMISSION REQUIREMENTS: All interested firms are encouraged to respond to this notice and may do so by submitting a capabilities statement. The capabilities statement is limited to thirty (30) pages total and shall include the following information: Firm's name, address, point of contract, phone number, and email address. Firm's business size - Identify the Small Business type (Small Business, an 8(a) Program Participant, HUBZone Small Business, Small Disadvantaged Business, Women-Owned Small Business, Veteran-Owned Small Business or Service-Disabled Veteran Owned Small Business). Firm�s Part II of their SF 330, including Part II�s of any subcontractors (if applicable). Demonstration of the firm's experience as a prime contractor on projects of similar size, type and complexity within the past five years. List at least five (5) completed projects but no more than eight (8), and for each project include project title, location, and a brief description of the project to include dollar amount of the project and work that was self-performed. Additionally, firms must be capable of responding to and working on multiple task orders concurrently. The response must be specific to the qualifications listed above to show that the respondent meets the requirements and possesses the necessary skills and experience. If a response does not show that the respondent meets the qualifications and/or does not possess the necessary skills and experience, the respondent will not be considered by the Government. Again, this is not a request for proposal or quotation; there is no solicitation available at this time. A determination to proceed with the acquisition to include a set-aside for 8(a), HUBZone, Small Business, etc. is within the discretion of the Government. All responses shall be submitted in .pdf format via email to Stephen DiBari at Stephen.dibari@usace.army.mil within 15 calendar days of the original posted date in Sam.gov.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/1ae66e7ce6bc42b4b57842fa5ad4a708/view)
 
Place of Performance
Address: New York, NY, USA
Country: USA
 
Record
SN07736341-F 20260307/260305230050 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2026, Loren Data Corp.