Sources Sought Notice MFAES Korean Firms
ID: W912DYRA00XKType: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW2V6 USA ENG SPT CTR HUNTSVILREDSTONE ARSENAL, AL, 35898-0000, USA

NAICS

Engineering Services (541330)

PSC

ARCHITECT AND ENGINEERING- GENERAL: ENGINEERING DRAFTING, NOT CAD/CAM (C212)
Timeline
    Description

    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Huntsville Engineering and Support Center, is conducting market research to identify qualified Korean architect-engineer (A-E) firms capable of providing a range of services for medical facilities. The procurement aims to support the design, technical assistance, engineering surveys, facility planning, and construction phase services for medical and dental clinics, hospitals, and laboratories, primarily for the USACE Medical Center of Expertise & Standardization (MCX) and the Defense Health Agency (DHA). This opportunity is significant as it addresses the critical need for high-quality medical facility design and support services, with potential work extending to other overseas locations such as Belgium, Germany, the UK, Italy, and Japan. Interested firms must submit their qualifications and a detailed capabilities questionnaire by January 26, 2026, at 12:00 P.M. Central Time, and can contact Eddie Williams or Johnna Sebben for further information.

    Files
    Title
    Posted
    This government Statement of Work (SOW) outlines requirements for Indefinite Delivery Contract (IDC) medical facilities architect-engineer services (MFAES). The primary objective is to provide A-E services for new construction, renovation, additions, alterations, and demolition of medical and dental clinics, hospitals, laboratories, and veterinary facilities, primarily supporting USACE MCX and DHA, with potential support for other non-DoD customers. Work locations span the Continental United States, U.S. Territories, and overseas. Task Orders (TOs) will be firm-fixed price, detailing specific requirements, schedules, and deliverables. The SOW emphasizes compliance with current codes, criteria, and standards, including UFCs and other federal/military regulations. Key personnel, quality control, communication, and reporting protocols are detailed, along with specific formatting for submittals, safety, anti-terrorism, and manpower reporting requirements. The government retains unlimited rights to all developed data.
    The U.S. Army Corps of Engineers, Huntsville Engineering and Support Center (CEHNC) issued a Sources Sought Notice for Architectural & Engineering (A-E) Services in support of Medical Facilities A-E Services (MFAES) 4.0. This notice is for market research to identify qualified Korean A-E Firms capable of providing a range of services, including design, technical support, engineering surveys, facility planning, commissioning, and construction phase services for medical and dental clinics, hospitals, and laboratories. The primary support will be for the USACE Medical Center of Expertise & Standardization (MCX) and the Defense Health Agency (DHA), with potential work in other OCONUS locations like Belgium, Germany, UK, Italy, and Japan, in addition to the Republic of Korea. Submissions are due by January 26, 2026, at 12:00 P.M. Central Time and should address a detailed capabilities questionnaire, including firm experience, personnel qualifications, licenses, capacity, project management, and quality control programs. The notice emphasizes that it is not a request for proposal and responses will not lead to a contract.
    Lifecycle
    Title
    Type
    Sources Sought
    Similar Opportunities
    CONDUCT HOUSING REQUIREMENTS AND MARKET ANALYSIS (HRMA) FOR OSAN AB, REPUBLIC OF KOREA
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking Korean-owned architect-engineer firms to conduct a Housing Requirements and Market Analysis (HRMA) at Osan Air Base, Republic of Korea. The objective of this procurement is to manage and execute a project that assesses military housing needs in accordance with Department of Defense and Air Force guidelines, which includes site visits, data collection, and market analysis. This opportunity is critical for ensuring that housing requirements are met for military personnel stationed at various Air Force bases worldwide, including Osan AB. Interested firms must submit their qualifications and responses to the sources sought notice by 3:00 PM Central Standard Time on January 12, 2026, to the designated contacts, Gregorio Armand and Louwanna Wright, via email.
    Two Phase Design Build IDIQ MATOC in Support of the Western Region
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is announcing a presolicitation for a Two Phase Design Build Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contracts (MATOC) to support the Defense Health Agency (DHA) program in the Western Region of the United States. This procurement aims to provide design-build and repair services for military healthcare and research laboratory facilities, focusing on architectural, mechanical, electrical, instrumentation, security, and safety areas, with a total contract capacity of $249 million. The solicitation will be available on or around January 12, 2026, and interested contractors must be registered in SAM.gov to access the solicitation documents via the Procurement Integrated Enterprise Environment (PIEE) website. For further inquiries, potential bidders can contact LaRhonda Archie at larhonda.m.archie@usace.army.mil or the CT-M Inbox at ct-cproposals-medcom@usace.army.mil.
    AE Environmental SB MATOC
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is conducting a market survey to identify small business concerns for the AE Environmental SB MATOC project, which focuses on environmental engineering services. The procurement aims to establish an Indefinite Delivery, Indefinite Quantity (IDIQ) contract with a five-year duration and an estimated capacity of $40 million, addressing a variety of hazardous, toxic, and radiological sites while ensuring compliance with relevant federal, state, and local regulations. Interested small businesses, including those certified as HUBZone, 8A, Woman-Owned, or Service-Disabled Veteran Owned, must submit their qualifications and relevant project experience by January 14, 2026, at 2:00 PM (EST) to Henry Caldera at henry.c.caldera@usace.army.mil.
    A-E Civil Planning and Design Services - Multiple-Award Task Order Contract - Unrestricted with Small Business Reserve (Kansas City District)
    Dept Of Defense
    The U.S. Army Corps of Engineers, Kansas City District, is soliciting qualified architect-engineer firms for a Multiple Award Task Order Contract (MATOC) focused on civil planning and design services. This unrestricted contract, which includes a small business reserve, aims to provide essential A-E services for various projects, including flood risk management, water supply, environmental infrastructure, and ecosystem restoration, across the Northwestern Division Area of Responsibility. The total contract capacity is $95 million, with seven awards anticipated, four of which are designated for small businesses. Interested firms must submit their qualifications via the PIEE Solicitation Module by January 15, 2026, and should ensure they are registered in SAM.gov and compliant with relevant regulations. For further inquiries, contact Erick Ottoson at erick.s.ottoson@usace.army.mil or Laura Hedrick at laura.l.hedrick@usace.army.mil.
    $450Million A-E Master Planning Services IDC
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) - Tulsa District, is seeking qualified architect-engineer firms to provide Master Planning Services under a $450 million 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 guidelines. These services are crucial for effective planning and environmental management in support of military and civil projects. Interested firms, particularly those classified as small businesses, Section 8(a), HUBZone, Service-Disabled Veteran-Owned Small Business (SDVOSB), or Woman-Owned Small Business (WOSB), are encouraged to respond to this sources sought notice by the extended deadline of January 16, 2026. For further inquiries, contact Thomas Howard at thomas.howard@usace.army.mil or call 918-669-4389.
    FY26 A-E IDIQ Arnold AFB
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is seeking qualified architect-engineer firms for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract at Arnold Engineering Development Complex (AEDC) in Tennessee. The contract will encompass a range of professional services, including engineering studies, designs, specifications, and cost estimates for maintenance, repair, and minor construction projects across various engineering disciplines such as architectural, civil, structural, mechanical, and environmental engineering. This procurement is critical for ensuring compliance with federal and Air Force building codes and standards, with an estimated maximum contract value of $30 million over a base year plus seven option years, and individual task orders ranging from $25,000 to $1 million. Interested firms are encouraged to submit a Contractor Capability Survey by January 23, 2026, to the primary contact, Noah Bean, at noah.bean.1@us.af.mil, or the secondary contact, James Laney, at james.laney.3@us.af.mil.
    A-E Topography and Photogrammetry Services
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Portland District, is seeking qualified small businesses to provide architect-engineering services for Topography and Photogrammetry. The procurement aims to fulfill a requirement for professional surveying services, including land surveying, topographic mapping, and specialized aerial and hydrographic surveys, under the supervision of a licensed Professional Land Surveyor. This initiative is crucial for supporting various engineering and real property projects, ensuring accurate data collection and analysis for infrastructure development. Interested firms must submit their qualifications and relevant project experience by January 5, 2026, at 3:00 PM Pacific Time, to David Cook and Alicia Evans via the provided email addresses.
    C--PACIFIC AND INTERMOUNTAIN REGION IDIQ MULTI-DISCIPLINARY AE DESIGN SERVICES
    Interior, Department Of The
    The Department of the Interior, through the National Park Service (NPS), is seeking qualified architect-engineer firms to provide multi-disciplinary design services under a Multiple Award Indefinite Delivery, Indefinite Quantity (IDIQ) contract for the Pacific and Intermountain Regions. The procurement aims to gather market interest and qualifications from both large and small businesses for various architectural and engineering services, including historic structure preservation, accessibility upgrades, and infrastructure improvements. This initiative is crucial for maintaining and enhancing the NPS's facilities and services, ensuring compliance with federal standards and improving visitor experiences. Interested firms must demonstrate their capabilities and comply with federal subcontracting limitations, with responses due by January 16, 2026, at 2:00 PM Mountain Time. For further inquiries, contact Edwin Berry at edwinberry@contractor.nps.gov or call 303-969-2288.
    A-E HYDROGRAPHIC MAPPING AND SURVEYING SERVICES
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE), Portland District, is seeking responses from small business firms for architect-engineering (A-E) services related to hydrographic mapping and surveying. The procurement aims to gather information on the capabilities and qualifications of interested parties to inform future solicitation strategies, with a focus on various hydrographic and geodetic services, including single transducer and multi-beam surveys, side-scan sonar, and environmental monitoring. This contract, anticipated to be advertised in April 2026, will be awarded in accordance with the Brooks A-E Act, and interested firms must submit their qualifications and relevant project examples by January 5, 2026, at 3:00 p.m. Pacific Time, to Kristel Flores and Alicia Evans via email. Firms must also be registered in the System for Award Management (SAM) to be eligible for consideration.
    C1DA - EHRM Infrastructure Upgrades Design Houston, TX VAMC
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified architect-engineering firms to provide design services for the construction of exterior towers at the Houston, TX Veterans Affairs Medical Center (VAMC). The project aims to enhance the infrastructure by adding additional square footage for Telecommunication Rooms across several buildings, including Buildings 100, 103, 104, 108, 108A, 109, 110, 120, and 123. These upgrades are crucial for improving the facility's telecommunication capabilities, which are essential for supporting healthcare services. Interested parties can contact Genevieve Fain at Genevieve.Fain@va.gov or Anthony Wilson at Anthony.Wilson3@va.gov for further information regarding this opportunity.