C--Nationwide A&E IDIQ For Dam Safety
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 U.S. Fish and Wildlife Service (FWS), under the Department of the Interior, has issued a Solicitation for a Nationwide Architect and Engineering (A&E) Indefinite Delivery/Indefinite Quantity (IDIQ) contract for Dam Safety Services. This opportunity is designated as a Partial Small Business Set-Aside (FAR 19.5), with an intent to award at least two contracts to small businesses. The solicitation seeks to establish up to four IDIQ contracts to support the FWS Dam Safety Program across the United States. Proposals are due April 10, 2026, by 12:00 PM ET.
Opportunity Overview
This IDIQ aims to provide comprehensive A&E technical support for the FWS dam safety program, including levees, and may also support other Department of the Interior (DOI) bureau dam safety programs. Services will cover approximately 16 high and significant-hazard dams and over 300 low-hazard dams. The geographic scope is nationwide, encompassing the Continental US, Alaska, Hawaii, and U.S. Territories.
The scope of work includes, but is not limited to:
- Safety Evaluation of Existing Dams (SEED) Inspections
- Pre-Title I, Title I, Title II, and Title III services (planning, conceptual, final design, construction management)
- National Environmental Policy Act (NEPA) Compliance Services
- Risk Analyses and Potential Failure Mode Analysis (PFMA)
- Engineering analyses, planning, design, and construction supervision
- Repair, modification, new construction, and reconstruction of dams, levees, and other hydraulic structures.
Contract Details
- Contract Type: Firm-Fixed Priced, Indefinite Delivery/Indefinite Quantity (IDIQ)
- Number of Awards: Up to four (4) IDIQ contracts
- Contract Term: Five (5) year ordering period (June 1, 2026, to June 1, 2031)
- Maximum Value: Not to exceed $20,000,000 per contract over the five-year period
- Minimum Guarantee: $500 per contract
- NAICS Code: 541330, Engineering Services (Small Business Size Standard: $25.5 million)
Submission Requirements
Offerors must submit an electronic SF 330 proposal via email to sanford_carson@fws.gov. The SF 330 submission is limited to 60 pages, which includes all parts, CPARS, and Past Performance Questionnaires (PPQs). Font requirements are a minimum of 11pt for Part I and 7pt for Part II.
- Questions Due: March 31, 2026, 12:00 PM ET
- Proposal Due: April 10, 2026, 12:00 PM ET
Evaluation Criteria
Proposals will be evaluated based on the following factors, in descending order of importance (Factors 4 and 5 are considered equal):
- Key Personnel, Professional Qualifications (SF 330, Part I, Section E & G)
- Specialized Experience and Technical Competence (Projects) (SF 330, Part I, Section F) – Requires a five-year look-back period, emphasizing recent experience with Federal Guidelines for Dam Safety and Risk-Informed Decision Making (RIDM) protocols. Related task orders at the same site may be grouped as a single project.
- Past Performance (SF 330, Part I, Section H) – CPARS or PPQ forms are required.
- Capacity to accomplish the work
- General Project Approach (SF 330, Part I, Section H)
- Knowledge of Locality (SF 330, Part I, Section H) – Evaluated on the firm's approach to executing task orders in various regions, not necessarily a physical office.
Selected firms will be scheduled for interviews. The government intends to award IDIQ contracts to firms capable of executing task orders across the full geographic scope.