Closed Solicitation · DEPT OF DEFENSE

    WEST POINT ARCHITECT-ENGINEER SERVICES IDIQ, WEST POINT, NY 10996

    Sol. PANMCC26P0000038239Sources SoughtSet-aside: Total Small Business Set-Aside (FAR 19.5)WEST POINT, NY
    Closed
    STATUS
    Closed
    closed Mar 20, 2026
    POSTED
    Mar 9, 2026
    Publication date
    NAICS CODE
    541310
    Primary industry classification
    PSC CODE
    C219
    Product & service classification

    AI Summary

    The Mission and Installation Contracting Command is seeking capable firms for architect-engineer services related to building, utility, and infrastructure projects. This Sources Sought notice aims to gather information on interested vendors, particularly small businesses, to assess their capabilities. Responses are due by March 16, 2026, and should include a detailed capabilities statement.

    Contract details

    Solicitation No.
    PANMCC26P0000038239
    Notice Type
    Sources Sought
    Set-Aside
    Total Small Business Set-Aside (FAR 19.5)
    Posted Date
    March 9, 2026
    Response Deadline
    March 20, 2026
    NAICS Code
    541310AI guide
    PSC / Class Code
    C219
    Issuing Office
    W6QM MICC-WEST POINT
    Primary Contact
    Lakenia M. Brown
    State
    NY
    ZIP Code
    10996-1514
    AI Product/Service
    service

    Description

    The Mission and Installation Contracting Command (MICC) - West Point is conducting market research to
    ascertain the availability of interested and capable firms to provide architect-engineer (A-E) services for building,
    utility, and general infrastructure. Task orders will contain a broad range of services which may include pre-design
    surveys, designs, and construction support services. A Multiple-Award Indefinite-Delivery Indefinite-Quantity
    (IDIQ) contract type is anticipated resulting in issuance of firm-fixed priced task orders. Task order dollar amounts
    are expected to vary, however interested firms should have an annual capacity to perform at least $1.5 Million of
    work under this effort. It is anticipated that there will be a one (1) year base ordering period followed by four (4)
    one (1) year optional ordering periods. These Architect - Engineer services will be procured in accordance with the Brooks Architect - Engineer Act and applicable Federal acquisition regulations.

    This Sources Sought notice is for informational and planning purposes only and shall not be construed as a solicitation or as an obligation or commitment by the Government. This notice is intended strictly for market research. The purpose of the Sources Sought notice is to determine interest and capability of potential qualified vendors relative to the North American Industry Classification System (NAICS) codes of 541330 (Engineering Services) and/or 541310 (Architectural Services). All responsible sources may submit a capability statement, as described below, which shall be considered by the agency.

    The Government is seeking responses to this sources sought synopsis from all interested businesses capable of
    providing the requirement. Small business, in all socioeconomic categories (including, 8(a) Business Development
    Program, Historically Underutilized Business Zone, Service Disabled Veteran-Owned, Women-Owned Small
    Business, etc.) are highly encouraged to identify capabilities in meeting the requirements at fair market prices.
    Provide suggestions on how the requirement could be structured to facilitate competition by and among small
    business concerns. Describe any conditions, if any that may limit small businesses from participation.
    Responses are to be sent via email to Lakenia Brown at lakenia.m.brown.civ@army.mil no later than 4:00 PM EST on
    16 March 2026.

    Interested respondents should submit a brief capabilities statement package (no more than 2 pages in length,
    single spaced, 12 point font minimum) clearly demonstrating the firm's ability to perform this requirement. A
    generic capability statement is not acceptable. Please review the requirements listed below. At a minimum, the
    package shall address the following:

    1. Title of the requirement; Company Name; Address; and Point of Contact (POC) name, phone number, and
    email address.

    2. Company profile to include office location(s), UEI number/CAGE Code, NAICS, and a statement regarding
    current small business status to include small business type(s)/certification(s) such as: 8a, WOSB, EDWOSB,
    HUBZone, SDVOSB, etc.

    3. Specific experience (private and/or government) in New York, New Jersey, Pennsylvania, and/or Connecticut
    performing building, utility, and general infrastructure A-E services under the United Facilities General
    Specifications (UFGS). Statements should describe the dollar value, indicate whether your firm acted as the prime
    or subcontractor, list a customer Point of Contact with phone number, and provide description of the experience
    and how the referenced experience relates to the services described herein. A maximum of five (5) project
    examples reflecting the firm's experience should be submitted.

    4. In terms of availability of adequate number of personnel in key disciplines and equipment availability, a
    statement regarding the firm's capacity to annually provide at least $1.5 Million in work on this effort.

    5. Any suggestions or comments about the NAICS code selection, contract type, or effort in general.

    Key dates

    1. March 9, 2026Posted Date
    2. March 20, 2026Proposals / Responses Due

    AI search tags

    Frequently asked questions

    WEST POINT ARCHITECT-ENGINEER SERVICES IDIQ, WEST POINT, NY 10996 is a federal acquisition solicitation issued by DEPT OF DEFENSE. Review the full description, attachments, and submission requirements on SamSearch before the response deadline.

    SamSearch Platform

    Stop searching. Start winning.

    AI-powered intelligence for the right opportunities, the right leads, and the right time.