C--Midwest Region Architectural and Engineering (A&E) Services IDIQ
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The National Park Service (NPS), under the Department of the Interior, is seeking Architectural and Engineering (A&E) Services for its Midwest Region through a Request for Qualifications (RFQ) for a Multiple Award Task Order Contract (MATOC) IDIQ. This procurement is a Total Small Business Set-aside. Responses are due May 11, 2026, 12:00 PM Mountain Time.
Opportunity Overview
This IDIQ contract aims to provide a broad range of A&E services across the NPS Midwest Region, encompassing North Dakota, South Dakota, Nebraska, Kansas, Arkansas, Missouri, Minnesota, Wisconsin, Illinois, Ohio, Indiana, Iowa, and Michigan. Services will primarily focus on contemporary and historic architecture, alongside various engineering disciplines including civil, electrical, environmental, fire protection, geotechnical, mechanical, and structural. Project types include planning, analysis, compliance, design, historic preservation, infrastructure, utilities, and specialized facilities. Firms must demonstrate familiarity with the Secretary of the Interior's Standards for Archeology and Historic Preservation, ABAAS, and sustainable design.
Contract Details
This will be a Firm-Fixed Price MATOC IDIQ with a base period of five years. The aggregate total of all task orders under this IDIQ pool shall not exceed $150,000,000, with a maximum ordering limitation of $150,000,000 per awarded contract. Individual task orders will not exceed $10,000,000. A guaranteed minimum of $5,000 is provided for the life of the contract. The NAICS Code is 541310 – Architectural Services, with an SBA size standard of $12.5 million.
Submission Requirements
Firms must submit an official GSA SF 330 form electronically.
- SF330 Section F should include 5-10 projects demonstrating Specialized Experience.
- SF330 Section H should address Technical Competence and Quality Control (Factor 1b) and include project write-ups for Past Performance, adhering to a 40-page limit.
- The provided Excel spreadsheet (Attachment #1) for private sector project submissions will not count towards the 40-page limit.
- Professional qualifications (licenses, advanced degrees) should be referenced in resumes and made available upon request, not included in the 40-page limit.
- Past Performance Questionnaires (PPQs) are required for each project, with the Contracting Officer obtaining CPARs.
Evaluation Criteria
Evaluation will be based on five factors: Specialized Experience and Technical Competence, Past Performance, Capacity, Knowledge of the Geographic Location, and Professional Qualification. Following initial evaluation, at least three highly qualified firms will be interviewed and then selected for negotiations.
Key Dates & Contact
- Response Deadline: May 11, 2026, 12:00 PM Mountain Time.
- Questions Deadline: April 15, 2026.
- Contact: Stormy Gallagher (stormy_gallagher@nps.gov).