NOTICE OF INTENT TO AWARD A SOLE SOURCE CONTRACT
ID: W50S9G26R0001Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW7N8 USPFO ACTIVITY WIANG 128MILWAUKEE, WI, 53207-6104, USA

NAICS

Architectural Services (541310)

PSC

ARCHITECT AND ENGINEERING- GENERAL: LANDSCAPING, INTERIOR LAYOUT, AND DESIGNING (C211)
Timeline
    Description

    The Department of Defense, specifically the Department of the Army, intends to award a Sole Source contract to AECOM Technical Services, Inc. for architect-engineer services related to the renovation of the Corrosion Control Facility at the 128th Air Refueling Wing in Wisconsin. The contract will encompass Code and Criteria Review along with an option for Type C services, justified as a logical follow-on to a previous order that AECOM executed, which included Type A and B services for the facility's design. This procurement is critical to ensure continuity and mitigate performance and liability risks associated with transitioning to a new contractor, as AECOM is already familiar with the original designs and specifications. Interested parties may submit their interest and product information by 12:00 PM CST on December 10, 2025, via email to Mark Tonkinson at mark.tonkinson.2@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The 128th Mission Support Contracting requests a sole source award to AECOM Technical Services, Inc. for Architect-Engineer (A-E) services. This requirement is for Code and Criteria Review and Type C services to support the renovation of the Corrosion Control Facility at the 128th Air Refueling Wing. The sole source award is justified as a logical follow-on to a previously issued order (W50S9G-21-F-0010) to AECOM Technical Services, Inc., which covered Type A and B services for the design of the facility. The rationale for this exception to fair opportunity is based on economy and efficiency, as AECOM Technical Services, Inc. designed and certified the original drawings and specifications. Awarding to a different A-E firm would create significant performance and liability risks, potentially compromising the government's rights under FAR 52.236-23 regarding the architect-engineer's responsibility. No efforts were made to obtain competition due to the follow-on nature of the requirement and the risks associated with a new firm taking over the project. While other firms could fulfill the need, they would likely incur higher costs and performance risks compared to the original designer. The award is projected for fiscal year 2026, with a period of performance mirroring the construction contract award of 30 calendar days after notice to proceed.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Civil Works Multi-Discipline Architect/Engineer (A/E) Multiple Award Task Order Contract (MATOC)
    Buyer not available
    The Department of Defense, specifically the Department of the Army through the W2SD Endist Baltimore office, is seeking qualified architect-engineer firms for a Civil Works Multi-Discipline Architect/Engineer (A/E) Multiple Award Task Order Contract (MATOC). This procurement aims to provide engineering services under a Total Small Business Set-Aside, allowing small businesses to compete for the contract, which is crucial for supporting various civil works projects. The anticipated solicitation issuance date is set for December 20, 2025, with additional time allocated for proposal submissions due to the holiday season. Interested parties can reach out to Evan Cyran at evan.m.cyran@usace.army.mil or 410-962-6037, or Sherry Rhoden at sherry.s.rhoden@usace.army.mil or 443-890-3871 for further information.
    RENOVATE CORROSION CONTROL HANGAR BLG 6626
    Buyer not available
    The Department of Defense, specifically the Department of the Army through the W076 Endist Ft Worth office, is soliciting proposals for the renovation of the Corrosion Control Hangar Building 6626 located at Barksdale Air Force Base in Louisiana. This project falls under the NAICS code 236220, which pertains to Commercial and Institutional Building Construction, and aims to repair or alter airfield structures as indicated by the PSC code Z2BZ. The opportunity is set aside as an 8(a) Sole Source, emphasizing the importance of supporting small businesses in federal contracting. Interested parties can obtain further details by logging into the PIEE system and searching for solicitation number W9126G26RA042. For inquiries, contact Bijay Gurung at bijay.gurung@usace.army.mil or by phone at 817-886-1018.
    Fountain City Service Base (FCSB) 1st Floor Mississippi River Project Office (MRPO) Renovation Design-Build Construction Project
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE), is preparing to solicit a design-build contract for the renovation of the 1st floor of the Fountain City Service Base Office Building in Wisconsin. The project entails comprehensive design and construction services, including engineering, development of plans and specifications, and the creation of final As-Built/Record Drawings, with an estimated contract value between $1 million and $5 million. This renovation is crucial for enhancing the operational capabilities of the Mississippi River Project Office, and the solicitation is expected to be issued in late December 2025 or early January 2026, with contract awards anticipated by September 30, 2026. Interested contractors must ensure they are registered in the System for Award Management (SAM) and can contact Scott E. Hendrix or Kenneth Eshom for further information.
    INDEFINITE DELIVERY/INDEFINITE QUANTITY MULTIPLE AWARD CONTRACT FOR MULTIDISCIPLINE ARCHITECT-ENGINEER SERVICES IN SUPPORT OF CONSTRUCTION PROJECTS LOCATED PRIMARILY IN THE NORFOLK DISTRICT AREA OF RESPONSIBILITY (AOR), BUT ALSO NORTH ATLANTIC DIVISION AOR
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is seeking qualified small business architect-engineer firms for an Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Contract to support construction projects primarily within the Norfolk District and North Atlantic Division Areas of Responsibility. The contract will encompass a wide range of multi-discipline architect-engineering services, including planning, design, engineering studies, construction management, and various facility-related projects, with a total shared capacity of approximately $240 million over a five-year base period. Interested firms must be registered in the System for Award Management (SAM) and meet the Small Business Size Standard of $22.5 million under NAICS Code 541330, and they are required to submit a capabilities statement by December 11, 2025, detailing their experience and qualifications, including three example projects and the professional qualifications of key personnel. For further inquiries, firms can contact Dariya Walker at dariya.m.walker@usace.army.mil or Nicholas Lizotte at Nicholas.Lizotte@usace.army.mil.
    Title III Services
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, intends to award a sole source contract for Title III Services at Whiteman Air Force Base in Missouri. The procurement involves providing support for an already designed project, including submittal reviews, responses to Requests for Information (RFIs), and office services, with the work to be performed by the designer of record, CDM Smith. This contract is critical for ensuring compliance with design specifications and facilitating effective communication during the project execution. Interested parties may direct inquiries to Lacey Bayless at lacey.bayless@us.af.mil or call 660-687-5421, noting that this is not a request for competitive proposals and the government is not obligated to award a contract based on responses to this notice.
    FY26 A&E IDIQ Scott AFB, IL
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is seeking qualified architect-engineer firms to provide Title I and Title II services under an Indefinite Delivery, Indefinite Quantity (IDIQ) contract at Scott Air Force Base, Illinois. The procurement aims to award contracts to up to five small business firms for multi-discipline A-E services that will support the Base Civil Engineer's real property and construction programs, with each contract potentially spanning one base year and four option periods. Interested firms must submit their qualifications using Standard Form 330 by 3:00 p.m. CST on January 6, 2026, and are required to be registered in the System for Award Management (SAM) and licensed to practice in Illinois. For further inquiries, contact Christa Wooten at christa.wooten@us.af.mil or Fawne E. Lee at fawne.lee@us.af.mil.
    Architectural & Engineering Services in Support of Real Property Planning, Programming & Management Support IV (Korean Firms Only)
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking responses from qualified Korean architect-engineer firms for Architectural & Engineering Services in support of Real Property Planning, Programming, and Management Support IV. The procurement aims to identify firms capable of providing a range of services, including facility assessment, master planning, economic analysis, and real property support for various U.S. military installations in the Republic of Korea, while explicitly excluding full design and construction services beyond 35% completion. Interested firms must be registered in the System for Award Management (SAM) and are required to submit their qualifications and responses to a Capabilities Questionnaire via email by 12:00 P.M. Central Time on December 19, 2025. For further inquiries, firms may contact Jasmine Kennedy at jasmine.m.kennedy@usace.army.mil or Lashonda Smith at lashonda.c.smith@usace.army.mil.
    A&E Repair Arctic Ave; FTQW 26-1302 Amendment 3 Update
    Buyer not available
    The Department of Defense, specifically the 354th Eielson Contracting Squadron, is seeking qualified architect-engineer firms to provide design services for the repair of Arctic Avenue and the CHPP parking lot at Eielson Air Force Base in Alaska. The project aims to address significant drainage issues, deteriorating asphalt, and enhance bike accessibility, requiring a comprehensive design package that adheres to federal, state, and Air Force regulations. Interested firms must submit their qualifications, including the SF330 form and a Past Performance Questionnaire, by December 1, 2025, at 12:00 PM Alaska Daylight Time (AKDT). For further inquiries, contact the primary representatives at 354CONS.PKA.Designs@us.af.mil or christopher.prince.3@us.af.mil.
    A-E Master Planning Services IDC
    Buyer not available
    The U.S. Army Corps of Engineers (USACE) - Tulsa District is seeking qualified architect-engineer firms to provide Master Planning Services through a competitive Firm-Fixed-Price Indefinite Delivery Contract (IDC). The procurement aims to solicit professional, multi-discipline A-E services primarily within military and civil boundaries across Texas, Oklahoma, Louisiana, Arkansas, and southern Kansas, in accordance with relevant regulations and acquisition instructions. These services are crucial for effective regional planning and environmental management, ensuring that the USACE can meet its operational needs. Interested firms, particularly those classified as Small Business, Section 8(a), HUBZone, Service-Disabled Veteran-Owned Small Business (SDVOSB), or Woman-Owned Small Business (WOSB), are encouraged to express their interest and capabilities by contacting Thomas Howard at thomas.howard@usace.army.mil or by phone at 918-669-4389.
    NOTICE OF INTENT TO SOLE SOURCE-ARCHITECT-ENGINEERING SERVICES VA PHOENIX HOSPITAL REMODEL WARD 2C
    Buyer not available
    The Department of Defense, specifically the Department of the Army, intends to award a sole source contract for architect-engineering services related to the remodel of Ward 2C at the Carl T. Hayden Veterans Affairs Medical Center in Phoenix, Arizona. The contract will be awarded to Nagel Services LLC, which will provide essential support for the renovation project. This procurement is critical for enhancing the facilities at the VA Phoenix Hospital, ensuring that veterans receive improved care in a modernized environment. For further inquiries, interested parties can contact Dominic M. Pebenito at 213-452-3243 or via email at Dominic.M.Pebenito@usace.army.mil, or Christina M. Chavez at 213-452-3246 or christina.chavez@usace.army.mil.