FY26 A-E IDIQ Arnold AFB
ID: FA910126R0006Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA9101 AEDC PKP PROCRMNT BRARNOLD AFB, TN, 37389-1332, USA

NAICS

Architectural Services (541310)

PSC

ARCHITECT AND ENGINEERING- GENERAL: OTHER (C219)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    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.

    Point(s) of Contact
    Files
    Title
    Posted
    The Statement of Work (SOW) No. AE_IDIQ_2025 outlines the professional Architect-Engineer (A-E) services required for an indefinite delivery/indefinite quantity contract at Arnold Engineering Development Complex (AEDC), Arnold AFB, Tennessee. The A-E will provide comprehensive architectural and engineering services for maintenance, repair, and construction projects, including studies, designs, cost estimates, and construction phase support. All work must conform to various federal, Air Force, and international building codes and standards. Key requirements include specifying recovered and sustainable materials, avoiding prohibited substances, performing code analyses, and obtaining necessary environmental permits. The A-E is responsible for the quality and accuracy of all deliverables, including drawings, specifications, and cost estimates prepared using the PACES tool. Submittals are required at 35%, 65%, 95%, and 100% design stages, with strict guidelines for content and format. The contract emphasizes coordination with government representatives, adherence to project budgets, and compliance with security protocols, including those for Controlled Unclassified Information (CUI).
    The document outlines a comprehensive list of Architecture and Engineering (A&E) capabilities across various disciplines, likely for government RFPs, federal grants, or state/local RFPs. Key disciplines include Architecture, Civil Engineering, Electrical Engineering, Environmental Engineering, Landscape Architecture, Mechanical Engineering, Surveying & Data Collection, Structural Engineering, Transportation Engineering, Water Services, and Construction Services. Each discipline details a wide array of specialized services, from design and planning to analysis, construction support, and evaluations. Common themes across disciplines include design, planning, analysis, project management, cost estimating, and adherence to regulatory standards. Building Information Modeling (BIM) is a recurring capability in Architecture, Electrical, Mechanical, and Structural Engineering, highlighting its importance. The document serves as a detailed menu of services offered for government projects, demonstrating broad expertise in infrastructure and facility development.
    This document is a Sources Sought Market Survey for an Architect-Engineering (A-E) Indefinite Delivery/Indefinite Quantity (IDIQ) contract for the Arnold Engineering Development Complex (AEDC) at Arnold AFB, TN. The government seeks to identify potential sources capable of providing professional services for engineering studies, designs, specifications, schedules, and cost estimates for repair/minor construction and sustainment projects. These projects involve architectural, civil, structural, mechanical, fire protection, electrical, and environmental engineering disciplines. The anticipated contract will be a Single Award IDIQ with a base year plus seven option years, an estimated maximum value of $30,000,000, and individual task orders ranging from $25,000 to $1,000,000. The NAICS code is 541310 ($12.5M small business size standard). Interested large and small businesses are encouraged to submit a Contractor Capability Survey by January 23, 2026, including firm information and responses to capability questions regarding professional qualifications, experience, workload capacity, CPARS ratings, proximity to Arnold AFB, and feedback on the Draft Statement of Work (SOW).
    Lifecycle
    Title
    Type
    FY26 A-E IDIQ Arnold AFB
    Currently viewing
    Sources Sought
    Similar Opportunities
    FY26 A&E IDIQ Scott AFB, IL
    Dept Of Defense
    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. Each contract will have a maximum ceiling of $2.4 million and will be evaluated based on professional qualifications, specialized experience, past performance, capacity for timely work, and geographic location. Interested firms must submit their qualifications using Standard Form 330 by 3:00 p.m. CST on January 6, 2026, to the designated contacts, Christa Wooten and Fawne E. Lee, via the provided email addresses.
    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 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.
    INDEFINITE DELIVERY/INDEFINITE QUANTITY CONTRACT FOR ARCHITECT-ENGINEER SERVICES FOR GEOTECHNICAL ENGINEERING SERVICES AT VARIOUS ACTIVITIES LOCATED WITHIN THE NAVAL FACILITIES ENGINEERING SYSTEM COMMAND ATLANTIC (NAVFAC ATLANTIC) AREA OF RESPONSIBILITY,
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Atlantic (NAVFAC ATLANTIC), is seeking qualified architect-engineer firms to provide indefinite delivery/indefinite quantity (IDIQ) services for geotechnical engineering at various activities within its area of responsibility worldwide. The procurement aims to secure professional services that include geotechnical investigations, analysis, and recommendations to support construction and maintenance projects. These services are critical for ensuring the structural integrity and safety of military facilities and infrastructure. Interested firms should reach out to Liz Roberts at elizabeth.l.roberts31.civ@us.navy.mil for further details regarding the solicitation, which is identified as N6247026R0009.
    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
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command, Pacific (NAVFACSYSCOM PACIFIC), is seeking qualified architect-engineer firms for an Indefinite Delivery Indefinite Quantity (IDIQ) contract to provide various civil engineering services. The contract, valued at up to $200 million over a one-year base period with four option years, will encompass a range of services including site development, design documentation, technical surveys, and post-construction services, primarily focused on projects in Hawaii, Guam, Tinian, Australia, the Philippines, and the Federated States of Micronesia. Interested firms must submit a completed SF 330 package by January 8, 2026, at 2:00 p.m. Hawaii Standard Time, and will be evaluated based on criteria such as specialized experience, qualifications of key personnel, past performance, and commitment to small business participation. For further inquiries, interested parties may contact Shaun Bissen at shaun.m.bissen.civ@us.navy.mil or Ann Saki-Eli at ann.h.sakieli.civ@us.navy.mil.
    Engineering Services for Specialized Antennas, Towers, Hangars, and Communication Facilities, Worldwide
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering and Expeditionary Warfare Center (NAVFAC EXWC), is seeking qualified architect-engineer firms to provide engineering services for specialized antennas, towers, hangars, and communication facilities worldwide. This procurement involves an Indefinite Delivery/Indefinite Quantity (IDIQ) contract aimed at supporting various specialized Department of Defense facility projects, emphasizing the critical nature of these services for military operations. Interested small businesses are encouraged to participate, as this opportunity is set aside for total small business participation under FAR 19.5. For further details, including solicitation documents, interested parties should contact Jonathan Demorest at jonathan.p.demorest.civ@us.navy.mil or Anthony Gonzales at anthony.j.gonzales104.civ@us.navy.mil, with the solicitation available through the PIEE Solicitation Module on SAM.gov.
    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.
    F35 Seek Eagle ZTP
    Dept Of Defense
    The Department of Defense, specifically the Air Force, is seeking responses for the development of a government-owned, state-of-the-art F-35A/B/C wind tunnel model, along with compatible facilities at the Arnold Engineering Development Center (AEDC) in Arnold AFB, Tennessee. This initiative is being led by the Air Force SEEK EAGLE Office (AFSEO) located at Eglin Air Force Base in Florida, and aims to enhance the testing capabilities for the F-35 aircraft. Interested parties are required to document their responses on the attached QA Response excel sheet, and inquiries can be directed to Melissa Hoover at melissa.hoover.1@us.af.mil or by phone at 850-882-0273.
    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.
    C1DA--626-26-102 - A-E Upgrade Mechanical Room Systems
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, Network Contracting Office 9, is seeking qualified architectural and engineering firms to provide services for the project titled "Upgrade Mechanical Room Systems 1" at the Nashville Campus of the Tennessee Valley Healthcare System. The project involves the design and replacement of four air handling unit systems and associated components, ensuring compliance with HVAC Design Guidelines while maintaining the operational integrity of the medical center. This opportunity is set aside exclusively for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), with an estimated construction budget between $5 million and $10 million. Interested firms must submit their SF330 qualifications electronically to Charles Gwynn at Charles.Gwynn@va.gov by January 30, 2026, at 1 PM CT, and must be verified by the Department of Veterans Affairs Center for Veterans Enterprise and registered in the System for Award Management (SAM).