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
    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.
    Facilities Acquisitions for Restoration and Modernization (FARM) III
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the Facilities Acquisitions for Restoration and Modernization (FARM) III project, which involves commercial and institutional building construction in Coopertown, Tennessee. The procurement aims to finalize an updated Draft Statement of Work (SOW) and address industry questions to clarify project requirements, including contractor responsibilities for Integrated Scheduling, design compatibility with AutoCAD 2018 or later, and professional engineering services. This initiative is crucial for enhancing the operational capabilities of military facilities, ensuring compliance with energy and environmental standards, and facilitating efficient project execution. Interested contractors can reach out to Robert Mosley at robert.mosley.3@us.af.mil or Andrew Waggoner at andrew.waggoner.3@us.af.mil for further details and to review the attached documents for additional insights.
    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.
    A&E Repair Arctic Ave; FTQW 26-1302
    Buyer not available
    The Department of Defense, through 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 a completed SF330 form and a Past Performance Questionnaire, by December 1, 2025, at 12:00 PM AKDT, with evaluations based on professional qualifications, specialized experience, and past performance. 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.
    Multiple Award Task Order Contract for Resilient Architect-Engineer Services (RAES)
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is issuing a presolicitation for a Multiple Award Task Order Contract (MATOC) for Resilient Architect-Engineering Services (RAES), with a total contract ceiling of $3.4 billion. This contract aims to support Facility Sustainment, Restoration, and Modernization (FSRM) and Military Construction (MILCON) projects, focusing on both Title I and Title II services over a ten-year period, which includes a five-year base and a five-year option. The procurement is significant for enhancing mission resilience through innovative design and construction practices, and it includes a partial small business set-aside, specifically reserving a portion for Woman-Owned Small Businesses (WOSB). Interested firms must RSVP for a virtual Industry Day on December 16, 2025, submit questions by December 15, 2025, and prepare for SF330 submissions due by January 30, 2026. For further inquiries, contact Samuel Mendez at samuel.mendez@us.af.mil or Salvador Castillo at salvador.castillo@us.af.mil.
    Guam/JRM AE IDIQ
    Buyer not available
    The Department of Defense, through the Air Force, is seeking small business architect-engineer firms for a Multiple Award Task Order Contract (MATOC) for Architect-Engineering (A-E) Services at Andersen Air Force Base in Guam. The contract, with a total ceiling of $930 million, will support Facility Sustainment, Restoration, and Modernization (FSRM) and Military Construction (MILCON) projects, encompassing both Title I (design and planning) and Title II (construction support) services. This opportunity is significant for firms specializing in engineering services, as it emphasizes climate-informed design and construction practices to enhance mission resilience. Interested firms must submit questions by December 15, 2025, with the final submission deadline for SF330 forms set for January 30, 2026; inquiries should be directed to Samuel Mendez at samuel.mendez@us.af.mil.
    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.
    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.
    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.