Highway and/or Bridge Design and Engineering Services, other Engineering, Planning, and Architectural Services
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 Federal Highway Administration (FHWA), Eastern Federal Lands Highway Division (EFLHD) is seeking Small Business concerns for Highway and/or Bridge Design and Engineering Services, along with other related Architect-Engineer (A-E) services. This opportunity involves awarding up to four Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contracts (MATOCs) with a total shared capacity of $60 million over five years. The services will support Federal Land Management Agencies across the continental U.S. and its territories. Step 1 qualifications (SF 330s) are due April 21, 2026, at 2:00 p.m. EST.
Scope of Work
Primary services include highway and bridge design and related engineering. Secondary services may encompass geotechnical, hydraulics and hydrology, survey and mapping, traffic and safety engineering, structural engineering, planning/scoping, value engineering, environmental compliance, landscaping, and architectural services. All work requires approval by a registered Professional Engineer. Electronic plans and specifications must be compatible with Google Workspace, OpenRoads, and OpenBridge Designer software. Expertise in AASHTO policies is required, and familiarity with FHWA is desired.
Contract Details
- Contract Type: IDIQ MATOC (up to four awards)
- Total Shared Capacity: $60,000,000
- Duration: Five years (one base year + four option years)
- Task Orders: Firm-fixed price
- Minimum Guarantee: $100,000.00 per IDIQ contract over its life
Eligibility & Submission
This is a Total Small Business Set-Aside under NAICS code 541330 (Engineering Services) with a size standard of $25.5 million. The acquisition follows a two-step, qualifications-based selection process.
Step 1 Requirements:
- Submit Part I of the SF 330 for the prime/joint venture and Part II for each team member/subcontractor.
- Joint Ventures must include a copy of their Joint Venture Agreement.
- Address technical evaluation criteria in SF 330, Section H.
- Evaluation Criteria: Specialized Experience and Technical Competence, Professional Qualifications, Capacity to Accomplish All Work, and Past Performance (projects within the last 7 years).
- Past Performance Questionnaires (PPQs) must use the FHWA format provided with the solicitation.
- Resumes should be limited to key personnel (leads for each discipline).
- Project descriptions and resumes should typically not exceed two pages each.
- Prime consultants must self-perform at least 50% of the cost of performance; subcontracting to other small businesses counts towards this.
- Subconsultants are not required to have active SAM.gov registration but need a Unique Entity Identifier (UEI).
Pre-selected firms will be invited to Step 2, which involves a Request for Proposal (RFP).
Deadlines & Contacts
- Step 1 Submittals Due: April 21, 2026, at 2:00 p.m. EST
- Submission Method: Email to eflhd.ae@dot.gov (include solicitation number 693C7326R000029 in subject line).
- Questions: Email to eflhd.ae@dot.gov (include solicitation number and contact info).
- Primary Contact: Mr. Raymond Delpesche (raymond.h.delpesche@dot.gov, 703-948-3561)
- Secondary Contact: Colleen Delauter (colleen.delauter@dot.gov, 571-434-1583)
Firms must have an active SAM.gov registration to submit an offer and at the time of award. Register as an interested vendor on SAM.gov to receive updates.