A&E Repair Arctic Ave; FTQW 26-1302
ID: 261302Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA5004 354 CONS PKEIELSON AFB, AK, 99702-2200, USA

NAICS

Engineering Services (541330)

PSC

ARCHITECT AND ENGINEERING- GENERAL: OTHER (C219)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    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.

    Files
    Title
    Posted
    The 354th Contracting Squadron seeks Architect-Engineering (A-E) services for repairs at Eielson AFB, AK. The project involves repairing Arctic Ave from Central Ave to Ravens Way, including McKinley St. and the CHPP parking lot, to address drainage issues, low road elevations, and deteriorated asphalt. It also includes installing culverts and rebuilding the subgrade for a railway northwest of the CHPP parking lot. The A-E services require topographical surveying, geotechnical investigation, environmental screening, and design for repaving, striping, drainage solutions (infiltration basins, steamable culverts, road elevation adjustments), and improved bike accessibility. For the railway, the design will include new culverts and rebuilding the subgrade, ballast, tracks, and surrounding slopes. All designs must be suitable for the sub-arctic environment and meet all applicable federal, state, local, industry, and Air Force requirements. Firms must submit Standard Form 330, “Architect-Engineer Qualifications,” IAW FAR Part 36.6. The NAICS code is 541330 (Engineering Services) with a $14M small business size standard. All questions are due by XXX xx XXXX.
    This Statement of Work (SOW) outlines the Architect-Engineer (A-E) services required for the FTQW261302 project, focused on repairing Arctic Avenue and repaving the CHPP parking lot at Eielson AFB, Alaska. The project addresses drainage issues, improves bike accessibility, and manages hazardous materials. The A-E will conduct site investigations, environmental screenings, and design services through four key tasks: initial investigation and report, 65% design, 95% design, and final 100% design documents. Deliverables include detailed reports, drawings, specifications, and cost estimates, with strict adherence to federal and Air Force design standards. The A-E is responsible for design accuracy, correcting errors, and providing construction support. This SOW emphasizes environmental compliance, safety, and timely submission of project milestones, aiming for a complete design package for a construction contract.
    This government file outlines the instructions for offerors and evaluation factors for Architect-Engineering Services for the Repair Arctic Ave project (Project Number: FTQW 26-1302). Offerors must submit a complete electronic PDF package including a cover letter, SF-330 Part I and separate Part IIs for each firm, and a statement regarding teaming agreements. No pricing information should be submitted with the SF-330. Qualification packages will be evaluated based on the Brooks Act, FAR Subpart 36.6, and DoD Source Selection Procedures. Key selection criteria include professional qualifications, specialized experience in cold climates and DoD projects, capacity to accomplish work, past performance (cost control, quality, schedule), and geographic proximity to Eielson AFB, Alaska. Professional qualifications require Alaska-licensed Land Surveyors and Civil Engineers, and the team should include a Project/Program Manager, Qualified Environmental Professional, Cost Estimator, and Drafter. Specialized experience emphasizes recent projects (within 5 years) demonstrating expertise in DoD roads/parking, cold climate design, and hazardous materials remediation. Evaluation ratings will be assigned for technical approach, risk, past performance relevancy, and performance confidence. The top three firms will be invited for discussions, and pricing will be requested from the highest-ranked firm. Contracts will not be awarded to firms with
    This government file outlines the instructions and evaluation criteria for Architect-Engineering Services for the "REPAIR ARCTIC AVE" project (FTQW 26-1302). Offerors must submit an electronic qualification package including a cover letter, SF-330 Part I and II, and a statement on teaming agreements. Pricing information is not required at this stage. Submissions will be evaluated by a Government board based on professional qualifications, specialized experience in arctic/cold climates, capacity, past performance, and geographic proximity to Alaska. Evaluation criteria are weighted, with professional qualifications, specialized experience, and past performance being of equal importance. The selection process involves discussions with top-ranked firms, followed by a request for pricing from the highest-ranked firm. Firms receiving "Red/Unacceptable" or "No Confidence" ratings will be disqualified.
    The provided document, titled "UNCLASSIFIED // CONTROLLED UNCLASSIFIED INFORMATION," appears to be a visual reference or map related to a government project. It features labels such as "Pacific GEO Viewer," "CHPP Parking Lot," and "Railroad repair area," along with distance markers in meters and feet. The inclusion of these specific locations and measurements suggests that the document is likely a component of a federal government RFP, federal grant, or state/local RFP, possibly for infrastructure development, repair, or environmental assessment. The visual nature of the document, combined with its unclassified but controlled designation, indicates its role in providing geographical context or site-specific details for a larger government initiative, such as a construction project, land use planning, or a transportation-related undertaking.
    The Statement of Work (SOW) outlines the requirements for an Architect-Engineer (A-E) to investigate and design repairs for Arctic Avenue and the CHPP parking lot, including the adjacent railway, at Eielson AFB. The project, identified as FTQW261302, aims to address drainage issues, deteriorating asphalt, and a failing railway subgrade. The A-E's scope includes site investigation, data collection, hazardous material assessment, design concept creation, cost estimation, and the production of complete design documents for a construction contract. The work is divided into four tasks, progressing from initial investigation and preliminary design (65%) to final design (95% and 100%), with scheduled review conferences at each stage. The A-E is responsible for adhering to numerous design criteria, including federal, state, and Air Force standards, and for correcting any design discrepancies without additional compensation.
    The document, "Synopsis Attachment 5: Project Name: Traffic Study," is a Past/Present Performance Questionnaire (PPQ) designed for evaluating contractor performance on government contracts. It is identified as source selection sensitive information. The questionnaire is structured into five sections: Contract Identification, Customer or Agency Identification, Evaluator Identification, Performance Rating, and a Narrative Summary. It gathers detailed information on the contract, including costs, period of performance, and description of services. It also collects data on the customer/agency and the evaluator. The core of the document involves evaluating the contractor's performance on aspects such as quality of submittals, examination of alternatives, cost accuracy, responsiveness, and employee qualifications, using a color-coded rating scale. The narrative section allows for open-ended comments and addresses whether the evaluator would have reservations about soliciting the contractor in the future. A subcontractor consent form is also included, allowing performance information to be shared with the prime contractor during source selection. The completed questionnaire is to be returned to specific U.S. Air Force contacts.
    The document outlines the "FTQW261302 REPAIR ARCTIC AVENUE PROJECT AREA," which appears to be a government-related project, likely an RFP or grant, focused on infrastructure repair. The visual elements suggest a map or diagram indicating specific locations such as ARCTIC AVE, CHPP PARKING LOT, CHPP BUILDING, RAVENS WAY, and MCKINLEY ST. The inclusion of measurements in both feet and meters, along with numerical values, implies a detailed scope of work related to distances, areas, or quantities relevant to the repair project. This document serves to define the geographical scope and potentially some quantitative aspects of the repair work on Arctic Avenue.
    Lifecycle
    Title
    Type
    Presolicitation
    Similar Opportunities
    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.
    Eielson AFB Grounds Maintenance
    Buyer not available
    The Department of Defense, through the 354th Contracting Squadron, is seeking potential sources for grounds maintenance services at Eielson Air Force Base (AFB) in Alaska, covering an estimated 3,500 acres. This Sources Sought Notice aims to gather information for planning purposes and is not a commitment to issue a Request for Quotation (RFQ). Interested parties are encouraged to submit a capability statement, detailing past work experience, subcontracting arrangements, and their organization’s business size and socioeconomic status under NAICS Code 561730. Responses and inquiries should be directed to Contract Specialist Tara Richmond at tara.richmond@us.af.mil or by phone at 907-377-7482.
    Anchorage Air Force Hub Recruiting Office
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is seeking proposals for a lease of approximately 1,800 gross square feet of fully serviced office space in Anchorage, Alaska, for an Air Force Recruiting Office. The lease will be for a term of five years, with the government retaining termination rights, and must include parking for up to seven government vehicles. This procurement is critical for supporting military recruitment operations, ensuring that the facility meets specific construction and security specifications as outlined in the associated documents. Interested parties must submit their proposals by April 11, 2025, and can contact Amy DelaCruz at Amy.n.Delacruz@usace.army.mil or call 907-753-2859 for further information.
    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.
    JBR050 Aircraft Maintenance Hangar
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the construction of a 52,047 square foot Aircraft Maintenance Hangar and Aviation Operations Facility at Joint Base Elmendorf-Richardson, Alaska. This facility will provide essential multipurpose space for the maintenance, repair, and major overhaul of military aircraft, including areas for maintenance bays, technical supply, production control, and quality control related to aviation maintenance for the Alaska Army National Guard (AKARNG). The successful contractor will play a crucial role in enhancing the operational capabilities of military aviation maintenance. Interested parties can reach out to Michelle Nelsen at michelle.nelsen@usace.army.mil or by phone at 907-753-2527 for further details regarding the proposal submission process.
    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.
    EAR048 Repair Site Fire Alarm System
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking contractors for the EAR048 Repair Site Fire Alarm System project at Eareckson Air Station on Shemya Island, Alaska. This procurement involves a Firm Fixed Price (FFP) Design-Bid-Build (DBB) construction contract aimed at replacing outdated fire alarm systems across 44 buildings on the installation, ensuring compliance with UFC 3-600-01 Fire Protection Engineering standards. The project includes the demolition and replacement of existing systems, construction of two Monaco D-21 receiving stations, and installation of outside plant fiber optic cabling to facilitate communication for fire alarm signals. Interested parties can contact Michelle Nelsen at michelle.nelsen@usace.army.mil or by phone at 907-753-2527 for further details.
    463-21-101 CON Repair Bldg 100 Moisture Envelope
    Buyer not available
    The Department of Veterans Affairs, specifically the Network Contracting Office 20, is seeking qualified contractors for a construction project aimed at repairing the moisture barrier of Building 100 at the Anchorage VA Medical Center in Alaska. The project, designated as 463-21-101, involves addressing moisture intrusion and repairing surface damage, with the contractor responsible for all materials, labor, and adherence to strict safety and infection control protocols. This initiative is crucial for maintaining the integrity of the facility and ensuring the continued delivery of healthcare services. Interested parties, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSB), should submit their responses, including a capabilities statement and past performance details, by December 12, 2025, with an estimated project value between $5 million and $10 million. For further inquiries, contact Susan Howe at Susan.Howe2@va.gov or call 360-816-2754.
    Aero Club Mechanic
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide aircraft mechanic services for the Elmendorf Aero Club at Joint Base Elmendorf-Richardson (JBER) in Alaska. The requirement includes scheduled and unscheduled maintenance, alterations, repairs, and inspections of aircraft, particularly focusing on 100-series Cessna aircraft, and necessitates an FAA Airframes and Powerplant (A&P) certificate with Inspection Authorization (IA). Interested contractors must respond to this Sources Sought Notice by December 9, 2025, providing their company details and capability statements to A1C Keely Blakley-McLarry via email, as no quotes are being requested at this time.
    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.