Dyess Architecture and Engineering (AE) IDIQ Sources Sought
ID: SS-DyessAE26Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4661 7 CONS CDDYESS AFB, TX, 79607-1581, USA

NAICS

Engineering Services (541330)

PSC

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

Set Aside

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

    The Department of Defense, specifically the United States Air Force, is seeking qualified architect-engineer firms for a potential Indefinite Delivery, Indefinite Quantity (IDIQ) contract at Dyess Air Force Base in Texas. The contract will involve providing multi-disciplinary planning, design, and engineering services for maintenance, repair, alteration, and new construction projects, with anticipated task orders valued at approximately $1 million per year. This initiative is crucial for ensuring that all designs comply with local, state, national, and Department of Defense standards, emphasizing sustainable design principles and environmental regulations. Interested firms must respond to the attached questionnaire by February 6, 2026, at 2:00 PM CST, and can direct inquiries to TSgt Rey Anthony Imperial at rey_anthony.imperial@us.af.mil or Abigail Noe at abigail.noe.1@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The United States Air Force (USAF) is conducting market research for a potential Architecture & Engineering (A&E) Indefinite Delivery, Indefinite Quantity (IDIQ) contract at Dyess Air Force Base, TX. This questionnaire aims to identify companies with expertise in construction, anticipating task orders around $1M annually. Companies are invited to provide business information, including NAICS code 541330 (Engineering Services), and indicate their business size and certifications (e.g., Small Business, Woman Owned, 8(a)). Technical questions cover capabilities, quality assurance, resources for simultaneous task orders, and experience performing work in-house versus subcontracting. Responses and questions must be submitted to TSgt Imperial and Lt Noe by 2:00 PM CST on February 6, 2026. Participation is voluntary and will not be reimbursed.
    This Statement of Work outlines Architect-Engineer (A-E) services for project site investigation, detailed design for maintenance, repair, alteration, and new construction projects, and construction management at Dyess AFB. The A-E will provide multi-disciplinary planning, designing, and engineering for institutional, commercial, and industrial facilities, encompassing Title I (Type A & B) and Title II (Type C) services. Key responsibilities include field surveys, technical studies, design document preparation, cost estimation, and construction monitoring. All designs must adhere to local, state, national, and DOD standards, including UFC, NFPA, and OSHA. The project is structured in phases, from conceptual design to final construction documents, with specific deliverable requirements for each. Emphasis is placed on economic studies, sustainable design principles, and compliance with environmental regulations, including the avoidance of ozone-depleting substances and the implementation of stormwater control measures. The A-E is solely responsible for the professional and technical quality of all designs and documents.
    Lifecycle
    Title
    Type
    Similar Opportunities
    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.
    Dyess Airfield Paving
    Dept Of Defense
    The Department of Defense, through the 7th Contracting Squadron at Dyess Air Force Base (AFB) in Texas, is seeking qualified small businesses to participate in a Sources Sought notice for an Airfield Paving contract. The procurement aims to identify capable vendors for various airfield pavement repairs and reconstruction, including concrete slab removal, spall repair, joint sealant replacement, and pavement markings, all in accordance with specified plans and specifications. This opportunity is set aside for small businesses, including those classified as 8(a), Woman Owned, Veteran Owned, Service Disabled Veteran Owned, Historically Underutilized Business Zone, or Small Disadvantaged Businesses, with a firm fixed price, indefinite delivery-indefinite quantity (IDIQ) contract structure. Interested parties must respond with their company information and capabilities to the primary contacts, Anthony Parra and Caden Trujillo, via the provided email addresses by the specified deadline.
    MACC Sources Sought - Dyess AFB
    Dept Of Defense
    The Department of Defense, through the 7th Contracting Squadron at Dyess Air Force Base (AFB) in Texas, is conducting a Sources Sought notice to identify small businesses capable of fulfilling requirements for a Multiple Award Construction Contract (MACC). The procurement aims to gather capabilities from various small business classifications, including Small, 8(a), Woman Owned Small Business (WOSB), Veteran Owned Small Business (VOSB), Service-Disabled Veteran Owned Small Business (SDVOSB), and Historically Underutilized Business Zone (HUBZone) firms, to assess the appropriate level of competition. This initiative is part of market research and planning efforts, with no obligation for the government to award a contract based on the responses received. Interested parties must submit their capabilities by February 5, 2026, at 12:00 PM CST, to SrA Sydney Fontenot at sydney.fontenot@us.af.mil and A1C Caden Trujillo at caden.trujillo@us.af.mil.
    Rubber Removal and Airfield Markings
    Dept Of Defense
    The Department of Defense, through the Air Force Global Strike Command, is soliciting proposals for a project focused on rubber removal and airfield markings at Dyess Air Force Base in Texas. The objective is to execute a phased service to remove rubber accumulation from two runways and repaint the airfield markings according to specified drawings and standards. This project is crucial for maintaining airfield safety and operational efficiency, with an estimated contract value between $100,000 and $250,000. Interested small businesses must submit a capability statement and technical approach by January 12, 2026, with offers evaluated based on the lowest price that is technically acceptable. For further inquiries, vendors can contact Anthony Parra at anthony.parra.2@us.af.mil or Abigail Noe at abigail.noe.1@us.af.mil.
    Dyess AFB, Custodial Services Synopisis
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is seeking qualified contractors to provide custodial services at Dyess Air Force Base (AFB) in Texas. The contract will cover a range of cleaning tasks to maintain the cleanliness and professional appearance of assigned buildings, including restocking restroom supplies and adhering to Air Force Custodial Standards (AFCOLS). This follow-on contract, which will replace the current contract ending on October 31, 2026, includes a base year followed by four option years, with all work performed in compliance with applicable laws and regulations. Interested parties can contact Christi Murphy at christi.murphy.1@us.af.mil or 325-696-1085 for further details.
    Sources Sought for Large A&E Services, Ellsworth AFB, SD
    Dept Of Defense
    The Department of Defense, through the 28th Contracting Squadron at Ellsworth Air Force Base in South Dakota, is conducting a sources sought announcement to identify qualified architect-engineer firms for large A&E services. The procurement aims to gather market research to determine the availability of responsible sources for professional services, including Title I and Title II services, comprehensive planning, and various engineering disciplines, with a focus on projects involving maintenance, repair, and renovation of existing facilities. Interested firms are encouraged to submit their capability statements, detailing their qualifications and experience, by 5:00 PM (MST) on January 21, 2026, to assist in shaping the acquisition strategy. The anticipated contract ceiling is $2,500,000, with a performance period of one base year and four optional years. For inquiries, contact Noah F. Wilmore at noah.wilmore@us.af.mil or Jason Wright at jason.wright.30@us.af.mil.
    INDEFINITE DELIVERY/INDEFINITE QUANTITY CONTRACT FOR ARCHITECT-ENGINEER SERVICES FOR AIR INSTALLATIONS COMPATIBLE USE ZONES (AICUZ) AND RANGE AIR INSTALLATIONS COMPATIBLE USE ZONES (RAICUZ) STUDIES AND OTHER ENCROACHMENT MANAGEMENT OR READINESS SUSTAINMENT
    Dept Of Defense
    The Department of Defense, through the Department of the Navy's NAVFACSYSCOM Atlantic, is seeking qualified architect-engineer firms for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract focused on Air Installations Compatible Use Zones (AICUZ) and Range Air Installations Compatible Use Zones (RAICUZ) studies, along with other encroachment management and readiness sustainment services. The contract aims to provide multi-discipline Architect-Engineer (AE) services, including the preparation and updating of AICUZ/RAICUZ studies, noise studies, and Encroachment Action Plans (EAPs), primarily for projects located in the Continental United States (CONUS) but may extend globally. This opportunity is crucial for ensuring the compatibility of military operations with surrounding communities and managing encroachment issues effectively. Interested small businesses, including those with 8(a), HUBZone, SDVOSB, WOSB, and EDWOSB designations, must submit a capabilities package by January 9, 2026, detailing their relevant experience and qualifications, as large business submissions will not be considered. For further inquiries, contact Hannah Smith at hannah.g.smith32.civ@us.navy.mil or Kathleen Delashmitt at kathleen.a.delashmitt.civ@us.navy.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 the military and civil boundaries of Texas, Oklahoma, Louisiana, Arkansas, and southern Kansas, in accordance with relevant regulations and guidelines. These services are crucial for effective military and civil planning, ensuring that the USACE can meet its operational and environmental objectives. 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 by the extended deadline of January 16, 2026, and can contact Thomas Howard at thomas.howard@usace.army.mil or 918-669-4389 for further information.
    2027 McConnell AFB MACC IDIQ
    Dept Of Defense
    The Department of Defense, through the 22d Contracting Squadron, is seeking qualified construction firms for a Multiple Award Construction Contract (MACC) at McConnell Air Force Base in Kansas. This opportunity involves an Indefinite-Delivery/Indefinite-Quantity (IDIQ) contract, allowing for the procurement of various construction projects, with task orders valued up to $10 million each, and a total potential contract value of $99 million over six years. The selected contractors will undertake a wide range of construction tasks, including design-build projects, renovations, and infrastructure repairs, requiring capabilities across multiple trades. Interested firms must submit a capability statement by 4:00 PM (CST) on June 27, 2025, to the primary contacts, 2d Lt William Johnson and Marcus Tucker, via the provided email addresses.
    Synopsis W9128F26RA006 SAOC 35%-RTA
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is seeking architect-engineer services for the design of the Survivable Airborne Operations Center (SAOC) 2-Bay Maintenance Hangar at Offutt Air Force Base in Nebraska. This project entails a firm-fixed-price contract that requires the selected firm to deliver 35% of the design ready-to-advertise, which includes site investigations, geotechnical work, space planning, and construction documents for a hangar designed to accommodate two Boeing 747-8i aircraft, with an estimated construction cost exceeding $500 million. The procurement emphasizes the importance of specialized experience in large military hangar design, professional qualifications of key personnel, and past performance, with submissions due by January 30, 2026. Interested parties can reach out to Margarette Wolfe at margarette.e.wolfe@usace.army.mil or Jessica Jackson at jessica.r.jackson@usace.army.mil for further information.