Architect-Engineer Services SATOC IDIQ
ID: FA489726RA001Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4897 366 CONS PKPMOUNTAIN HOME AFB, ID, 83648-5296, USA

NAICS

Engineering Services (541330)

PSC

ARCHITECT AND ENGINEERING- CONSTRUCTION: MISCELLANEOUS BUILDINGS (C1JZ)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is seeking qualified architect-engineer firms to provide a range of professional services at Mountain Home Air Force Base, Idaho, through a Request for Qualifications (RFQ) for Architect-Engineer Services. The procurement aims to award a minimum of three Indefinite-Delivery Indefinite-Quantity (IDIQ) contracts, each with a maximum value of $9,900,000, to fulfill various architectural and engineering needs, including design, surveying, and related services over a five-year period. These contracts are crucial for ensuring the effective planning and execution of construction and renovation projects at the base, adhering to statutory fee limitations and specific evaluation criteria. Interested firms must submit their qualifications, including a Standard Form 330 and supporting documentation, by November 21, 2025, and can direct inquiries to SSGT Cameron Smith at cameron.smith.16@us.af.mil or 208-828-0743.

    Files
    Title
    Posted
    The Mountain Home Air Force Base is soliciting Architect-Engineer (A-E) Qualifications for multiple Indefinite-Delivery Indefinite-Quantity (IDIQ) single-award task order contracts (SATOC) for FY26. The government anticipates awarding at least three five-year contracts, with a maximum value of $9,900,000 per contract. Services include architectural, engineering, surveying, and mapping, adhering to a 10% statutory fee limitation. Evaluation criteria include professional qualifications (100 points), past performance (100 points), specialized experience (100 points), capacity (50 points), and location (100 points), totaling 450 points. Submissions, limited to 50 pages plus the SF330 and self-evaluation, are due by November 21, 2025, via the PIEE Solicitation Module. Funds are not presently available, and the solicitation may be canceled without obligation.
    The Department of the Air Force seeks Architect-Engineer (A-E) Qualifications for Mountain Home Air Force Base, Idaho, under Solicitation No. FA489726RA001-0002. This Request for Qualifications (RFQ) anticipates awarding at least three five-year Indefinite-Delivery Indefinite-Quantity (IDIQ) contracts, with a maximum value of $9,900,000 per contract. Services include architectural, engineering, surveying, and other related professional services. Selection criteria emphasize professional qualifications, specialized experience, past performance, capacity, and proximity to the base. Submissions require a Standard Form 330 and supporting documentation, limited to 50 pages, due by November 21, 2025. Funds are not presently available, and the government reserves the right to cancel the solicitation.
    This government file outlines various contract work categories, primarily focusing on professional services and laboratory analysis relevant to federal, state, and local RFPs and grants. Key categories include Management (Program and Project Managers), Environmental (Engineers, Ecologists, Geologists, Geotechnical Specialists), Architectural (Architects, Interior Designers, Landscape Architects), and diverse Engineering disciplines (Civil, Structural, Mechanical, Electrical, Fire Protection, Cyber Security). The document also lists roles in Estimating, Contract Inspection/Quality Assurance, and Miscellaneous specialists such as Toxic/Hazardous Materials Specialists and Certified Industrial Hygienists. Additionally, it details specific laboratory testing services for Asbestos, Lead, and Reproduction services, specifying turnaround times and methodologies. The file serves as a comprehensive catalog of expertise and services offered, indicating the scope of work typically covered in government contracts.
    This document details multiple government contracts awarded for engineering services (NAICS Code 541330) to three different companies: HDR Engineering, Inc., Thomas Dean & Hoskins, Inc., and WJA, P.L.L.C. Each company has a series of Task Orders (TO) with associated Action Obligations and contract totals spanning fiscal years 2020 through 2025. The contracts, each with a maximum quantity of $9,900,000.00, outline individual task order values, smallest and largest task order amounts, and the remaining contract quantities. The data also highlights an outlier for HDR Engineering, Inc. related to ongoing Title II Services for a hangar project affected by delays and unknown conditions. The file provides a comprehensive overview of financial obligations and contract performance for these engineering services.
    This document clarifies questions regarding evaluation and scoring criteria for a government Request for Qualifications (RFQ). Key points include that only one Project Manager resume is required, graded on certification and proximity. The selection is based solely on scores from selection criteria, with no other factors applying. SF330 Section G guides key personnel resume scoring, while Section H is for supporting information and not specifically graded. For Joint Ventures, past performance details are in a separate document. Dual-hatted individuals are not accepted due to the full-time nature of positions. Only the three most recent projects require Past Performance documentation (CPARS/PPQs), which count towards the 50-page limit. Design-build projects are accepted, and 35% designs may be accepted with supporting documentation. Only 10 projects in Section F award scoring points. The 5-year limit for projects applies only to part 4 of the criteria. Prime contractors serving in a subconsultant role will not receive maximum points unless the role encompassed the entirety of work consistent with criterion 3. A subcontracting plan is required for unrestricted positions. Section F projects are limited to one page, excluded from the 50-page limit. DoD SAFE can be used for submissions during technical issues. The evaluation date determines CPARS/PPQ relevance. Cost estimators are exempt from the location criterion. Subconsultant experience and resumes contribute to overall capability but not to scored points. Specific SF330 sections, including the form itself, self-evaluation, specific resumes, and up to 10 projects in Part 1.F., are excluded from the 50-page limit. No specific certification is required for the Certified Toxic/Hazardous Material Specialist, but training related to Section 40 of the Code of Federal Regulation is a minimum starting point.
    This document addresses 45 Requests for Information (RFIs) regarding the FA489726RA001 Request for Qualifications (RFQ) for engineering services. Key clarifications include defining support documentation, page count limitations for SF330 forms and other submissions, and policies on subcontractor qualifications for scoring. It specifies resume requirements, project submission guidelines, and past performance evaluation criteria, including the use of CPARS and PPQs. The document also clarifies certification requirements for various disciplines (e.g., Structural Engineer, Fire Alarm Technician, Cost Estimator) and the acceptability of equivalent certifications. Revisions to personnel proximity scoring radii have been made, and the use of MII/MCACES for cost estimating is confirmed. Additionally, it addresses administrative details like the correct NAICS code, access to solicitation documents, and the permissibility of remote meetings. Sub-contracted personnel will not contribute to evaluation scores, and the due date for offers has been extended.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Fire Alarm System Replacement, Mountain Home AFB
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for design-build services to replace the outdated fire alarm system at the Sagebrush Inn, Building 2320, located at Mountain Home Air Force Base in Idaho. The project requires the installation of a new addressable fire alarm system, including a comprehensive design, hazardous material surveys, and construction services, all in compliance with Unified Facility Criteria and relevant safety codes. This upgrade is critical to ensure the safety of the facility, which currently violates fire code requirements due to the lack of available replacement parts for the existing system. Interested contractors must submit their proposals by January 20, 2026, and can direct inquiries to primary contacts Cameron Smith and Taylor Inman via the provided email addresses. The estimated contract value ranges from $1 million to $5 million, with a performance period of 407 calendar days following the notice to proceed.
    Architectural and Engineering Services for Pituffik Space Base, Greenland
    Buyer not available
    The Department of Defense, specifically the U.S. Space Force, is seeking qualified architect-engineer firms to provide architectural and engineering services for the Pituffik Space Base in Greenland. The procurement involves two Indefinite Delivery Indefinite Quantity (IDIQ) contracts, each with a maximum shared capacity of $9 million, aimed at supporting facility sustainment, restoration, and modernization projects over a five-year period, with an option for a six-month extension. This opportunity is significant as it aligns with the U.S. commitment to enhancing operational capabilities in Arctic regions, and it is restricted to firms based in Denmark or Greenland due to an international agreement. Interested firms must submit their qualifications by December 8, 2025, and can direct inquiries to Andrew Lucas at andrew.lucas@spaceforce.mil or Lone Mikkelsen at lone.mikkelsen.dk@spaceforce.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.
    INDEFINITE DELIVERY INDEFINITE QUANTITY CONTRACT FOR ARCHITECT-ENGINEER SERVICES FOR VARIOUS CIVIL PROJECTS AND OTHER PROJECTS UNDER THE COGNIZANCE OF NAVAL FACILITIES ENGINEERING SYSTEMS COMMAND, PACIFIC
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Systems Command, Pacific, is seeking qualified architect-engineer firms to provide a range of services for various civil projects under an Indefinite Delivery Indefinite Quantity (IDIQ) contract. This contract, valued at up to $200 million over a one-year base period with four option years, will encompass services such as site development, Military Construction documentation, design-build and design-bid-build documents, technical surveys, cost estimates, and post-construction award services. The procurement is unrestricted under NAICS Code 541330, and firms will be evaluated based on criteria including specialized experience, key personnel qualifications, past performance, and commitment to small business. Interested parties must submit a completed Standard Form SF 330 by January 8, 2026, at 2:00 p.m. Hawaii Standard Time, and can contact Shaun Bissen at shaun.m.bissen.civ@us.navy.mil or Ann Saki-Eli at ann.h.sakieli.civ@us.navy.mil for further information.
    INDEFINITE DELIVERY/INDEFINITE QUANTITY CONTRACT FOR MULTI-DISCIPLINE ARCHITECT-ENGINEER SERVICES FOR VARIOUS MULTI-DISCIPLINE ENGINEERING AND RELATED PROJECTS UNDER THE COGNIZANCE OF NAVAL FACILITIES ENGINEERING SYSTEMS COMMAND, HAWAII
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC) Hawaii, is seeking qualified architect-engineer firms for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract to provide multi-discipline architect-engineer services for various projects primarily located in Hawaii, with potential for worldwide application. The contract, which is a total small business set-aside, includes a base period of one year with four additional one-year options and a six-month extension, with a total fee not exceeding $20 million and a guaranteed minimum of $3,000. The selected firm will be responsible for a range of services including project documentation, design-build documents, engineering studies, and post-construction services, with task orders valued between $5,000 and $1.5 million. Interested firms must submit their qualifications via the SF330 form by December 30, 2025, at 2:00 PM Hawaii Standard Time, and are encouraged to contact Kelcie Kimura or Kris Nakashima-Wong for further information.
    INDEFINITE DELIVERY/INDEFINITE QUANTITY CONTRACT FOR ARCHITECT-ENGINEER SERVICES FOR DESIGN, ENGINEERING, SPECIFICATION WRITING, COST ESTIMATING, AND RELATED SERVICES FOR MILCON AND OTHER PROJECTS AT VARIOUS LOCATIONS UNDER THE COGNIZANCE OF NAVFAC HAWAII
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC) Hawaii, is soliciting proposals for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract for multi-discipline architect-engineer services. This procurement aims to engage highly qualified firms to provide design, engineering, specification writing, cost estimating, and related services for Military Construction (MILCON) and other projects, primarily in Hawaii but potentially worldwide. The contract encompasses a base period of one year, with four additional one-year options and a six-month extension, totaling a maximum fee of $200,000,000. Interested firms must submit their qualifications using Standard Form SF330 by December 17, 2025, and are encouraged to review the attached documents for detailed requirements and evaluation criteria, including specialized experience and commitment to small business participation. For further inquiries, contact Brittney Lazo at brittney.a.lazo.civ@us.navy.mil or Kris Nakashima-Wong at kris.e.nakashima-wong.civ@us.navy.mil.
    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.
    Facility Planning Services A-E IDIQ Sources Sought Notice
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Systems Command Southwest (NAVFAC SW), is seeking qualified small businesses, including 8(a), HUBZone, Woman-Owned Small Businesses (WOSB), and Service-Disabled Veteran-Owned Small Businesses (SDVOSB), for a potential Architect-Engineer (A-E) Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract for Facility Planning Services. The primary objective is to identify firms capable of providing a range of A-E services, including project planning documents and shore infrastructure master planning, for various Navy and Marine Corps installations across California, Arizona, Nevada, Colorado, New Mexico, and Utah, with a focus on Southern California. This contract, estimated at $30 million over five years, will require interested firms to submit their qualifications using the SF330 form by December 18, 2025, detailing relevant experience and key personnel, including an AICP certified planner and a Registered Architect. For further inquiries, interested parties may contact Britney Machado-Potestio at britney.l.machado-potestio.civ@us.navy.mil.
    CIVIL DESIGN INDEFINITE DELIVERY CONTRACTS (IDCs) WITHIN SAN FRANCISCO DISTRICT AND SOUTH PACIFIC DIVISION
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, San Francisco District, is seeking qualified architect-engineer firms for Civil Design Indefinite Delivery Contracts (IDCs) within its jurisdiction and the South Pacific Division. The procurement aims to secure multiple contracts for civil engineering and architectural services, focusing on projects such as flood control, navigation, environmental restoration, and infrastructure design, with a total shared capacity of $90 million over a three-year base period, with options for two additional years and a six-month extension. This opportunity is set aside for small businesses, and interested firms must demonstrate specialized experience, technical competence, and strong past performance on Department of Defense contracts. Submissions are due by December 10, 2025, via DoD SAFE, and firms are encouraged to attend a virtual pre-proposal conference on November 18, 2025, for further clarification on the requirements. For inquiries, contact Lisa Ip at lisa.i.ip@usace.army.mil or Nairi Freeman at nairi.freeman@usace.army.mil.
    SABER IDIQ
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the Simplified Acquisition of Base Engineering Requirements (SABER) through an Indefinite Delivery/Indefinite Quantity (IDIQ) contract at Nellis Air Force Base, Creech Air Force Base, and the Nevada Test and Training Range. This contract, set aside for HUBZone firms, aims to provide a wide range of construction and maintenance services, including carpentry, plumbing, HVAC, and electrical work, with individual task orders valued between $15,000 and $4 million, and a total ceiling amount not exceeding $185 million over a five-year period. Interested contractors must register in the System for Award Management (SAM) and submit their proposals by January 23, 2026, following a pre-proposal conference scheduled for October 29, 2025. For further inquiries, potential bidders can contact Corrine Lemon at corrine.lemon@us.af.mil or Angela Mendoza at angela.mendoza.1@us.af.mil.