AE MATOC for NETZERO Title I and Title II Services in support of Executive Order 14057
ID: FA8903-AENETZEROType: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8903 772 ESS PKJBSA LACKLAND, TX, 78236-9861, USA

NAICS

Engineering Services (541330)

PSC

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

Set Aside

Partial Small Business Set-Aside (FAR 19.5) (SBP)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is seeking qualified architect-engineer firms to participate in the AE MATOC for NETZERO Title I and Title II Services, in alignment with Executive Order 14057. The procurement aims to gather industry feedback on firms' experience with architect-engineer services focused on vertical design, including planning, design, and construction phase services for new facilities and modernization of existing structures, all aimed at enhancing mission resilience and transitioning to Net-Zero facilities. This initiative is critical for supporting the Department of Defense's goals of reducing greenhouse gas emissions and promoting sustainable practices in federal operations. Interested firms are encouraged to respond to the sources sought notice by March 3, 2024, with a projected contract ceiling exceeding $2 billion, and should direct inquiries to Brindle Summers at brindle.summers@us.af.mil or Brian Bosworth at brian.bosworth.3@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The A/E Design Experience Outline is a structured form utilized by firms to detail their design project experience, particularly in response to Department of Defense (DoD) requirements. It requests essential firm information, project titles, locations, total design fees, and types of projects (Conceptual Design or Issued for Construction). The document emphasizes a comprehensive narrative describing the project’s scope, in-house design capabilities, and teaming partners' contributions, specifically in areas such as electrical and mechanical design services, life cycle cost analysis (LCCA), and the creation of Furniture, Fixtures, and Equipment (FF&E) packages. Additionally, it highlights the importance of design compliance with Executive Order 14057 and queries about the employment status of team members involved in the project. This outline serves as a critical tool for evaluating a firm’s qualifications and experience for government contracts, ensuring alignment with DoD standards and project complexity expectations. The information collected aids in assessing a firm's capability to deliver compliant and effective design solutions for federal projects.
    The document outlines the staffing and qualification requirements for firms responding to federal and state Request for Proposals (RFPs) in engineering and architectural services. It specifies positions such as Project Manager, various levels of Architects, Interior Designers, Engineers, and Construction Estimators, each with defined minimum qualifications including necessary registrations such as Professional Engineer (PE), Registered Architect (RA), or Registered Interior Designer (RID), and years of experience ranging from 2 to 10 years. The document emphasizes the importance of accurately reporting the average number of full-time staff over the past three years, avoiding double counting among staff roles. Additionally, it mentions the need for firms to disclose their partnership status regarding small or large business classifications and prior experience working with the prime contractor. The summarized content serves as a critical guideline for firms seeking to participate in government contracts, ensuring they meet prescribed criteria for qualifications and team composition necessary for successful proposal submissions.
    The document outlines a request for qualifications from firms interested in providing Architectural and Engineering (A&E) services for government projects within the contiguous United States (CONUS) and outlying areas. Firms are required to provide foundational information, such as firm name, address, CAGE code, and contact details. They must specify their business size category, including options like Small Business or Women-Owned Small Business, and detail any applicable Small Business Administration (SBA) certifications. The questionnaire assesses the firm's experience in design services over the past ten years, requesting information on specific states and outlying areas where the firm has worked. The context centers on utilizing NAICS code 541330 for Engineering Services. Furthermore, the document emphasizes the importance of experience with Department of Defense projects and compliance with Federal Acquisition Regulation (FAR) definitions. The overall aim is to gather detailed firm capabilities to better inform government acquisition strategies. Responses will be confidentially retained by the US Air Force, ensuring participant discretion.
    Similar Opportunities
    DRAFT SYNOPSIS - MATOC for Architect-Engineering (A/E) Services for FSRM and MILCON Title I and Title II projects at Andersen AFB
    Buyer not available
    The Department of Defense, through the Air Force Installation Contracting Center, is seeking qualified small business architect-engineering firms to provide services for Facility Sustainment, Restoration, and Maintenance (FSRM) and Military Construction (MILCON) Title I and Title II projects at Andersen Air Force Base in Guam. The procurement aims to establish a Multiple Award Task Order Contract (MATOC) with a total ceiling of $930 million, anticipating awards to approximately six firms, including two designated for HUBZone businesses. These services are critical for maintaining and enhancing military infrastructure in the Joint Region Marianas, ensuring compliance with federal standards and addressing the unique challenges of projects in tropical environments. Interested firms must submit their qualifications using the SF330 form, with a deadline for submissions expected approximately 30 days after the final synopsis is posted, which is anticipated in February 2025. For further inquiries, potential offerors can contact Brindle Summers at brindle.summers@us.af.mil or Jean Stevens at jean.stevens.1@us.af.mil.
    Civil Works Multi-Discipline Architect/Engineer (A/E) Multiple Award Task Order Contract (MATOC)
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is seeking qualified architect-engineer firms for a Civil Works Multi-Discipline Architect/Engineer (A/E) Multiple Award Task Order Contract (MATOC). This procurement aims to provide a range of engineering services, including design and consultation for various civil works projects, which are critical for infrastructure development and maintenance. Interested firms are encouraged to demonstrate their qualifications and past performance, as these will be key factors in the selection process. For further inquiries, potential applicants can contact Evan Cyran at evan.m.cyran@usace.army.mil or by phone at 410-962-6037, or Leigha Arnold at leigha.m.arnold@usace.army.mil or 443-749-2022.
    Architect-Engineer (AE) Vertical Design Multiple Award Task Order Contract (MATOC) - USACE SWL
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is seeking qualified architect-engineer firms for a Multiple Award Task Order Contract (MATOC) focused on vertical design services in Little Rock, Arkansas. This initiative aims to identify firms capable of providing various design services for military and civilian projects from fiscal years 2027 through 2032, emphasizing the Design-Bid-Build (DBB) process while also allowing for additional services such as horizontal design and construction phase support. The government encourages participation from small and diverse businesses, including those classified under 8(a), HUBZone, WOSB, and SDVOSB, to foster competition and inclusivity in procurement. Interested firms must submit their qualifications, previous project experience, and applicable NAICS codes by March 28, 2025, via email to the primary contact, Telia Mahomes, at telia.r.mahomes@usace.army.mil.
    Architect-Engineer (A-E) Environmental Services Indefinite Delivery Contract (IDC)
    Buyer not available
    The Department of Defense, specifically the Department of the Army through the W076 Endist Tulsa office, is seeking qualified architect-engineer firms for an Indefinite Delivery Contract (IDC) focused on environmental services. The procurement aims to secure engineering services under NAICS code 541330, which encompasses a range of environmental assessments and related activities essential for military operations and infrastructure. These services are critical for ensuring compliance with environmental regulations and supporting sustainable practices within defense projects. Interested firms should contact Joshua Hope at JOSHUA.D.HOPE@USACE.ARMY.MIL or Robert Reed at robert.e.reed@usace.army.mil for further details regarding the submission of qualifications and any upcoming deadlines.
    Architect-Engineer (A-E) for Environmental National Environmental Policy Act (NEPA) SERVICES
    Buyer not available
    The Department of Defense, specifically the Department of the Army through the W076 Endist Tulsa office, is seeking qualified architect-engineer firms to provide Environmental National Environmental Policy Act (NEPA) services. The objective of this procurement is to engage firms that can deliver comprehensive engineering services in accordance with NEPA requirements, which are critical for ensuring environmental compliance in federal projects. These services play a vital role in assessing the environmental impacts of proposed actions and ensuring that all necessary evaluations are conducted to meet federal regulations. Interested firms should contact Sharon Newsome at sharon.d.newsome@usace.army.mil or Robert Reed at robert.e.reed@usace.army.mil for further details, as this opportunity is currently listed as a Sources Sought notice under NAICS code 541330.
    SOURCES SOUGHT - AE DESIGN SERVICES - HANGAR DESIGN
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking qualified architect-engineer firms to provide design services for a hangar construction project at Camp Douglas, Wisconsin. The procurement focuses on firms with expertise in managing large-scale engineering projects, particularly those involving budgets exceeding $30 million, and experience in designing specialized facilities such as a Fifth Generation Fighter Aircraft Maintenance Hangar. This opportunity is critical for ensuring compliance with federal construction standards and maintaining security and safety protocols. Interested firms must respond to the Sources Sought notice by submitting the required information through the provided response form, and should contact Seth I. Swieter at seth.swieter@us.af.mil for further details.
    Architect Engineer Support to Mobile District Planning and Environmental Division
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Mobile District, is seeking qualified small businesses to provide Architect-Engineer (AE) services for the Planning and Environmental Division. The procurement aims to establish an Indefinite Delivery/Indefinite Quantity (IDIQ) contract for services that include the preparation of master plans for military and civil facilities, with a focus on NEPA compliance, biological evaluations, and public involvement coordination. This opportunity is crucial for ensuring effective planning and environmental management in military operations, and interested firms must demonstrate relevant experience and capabilities, particularly in Military Master Planning. Submissions are due by March 17, 2025, and must be sent via email to the designated contacts, Jeffrey Donaldson and Elizabeth Trimble, for further inquiries.
    A&E Design Interior/Exterior Refresh Bldg 842
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified architect-engineer firms to provide design services for the interior and exterior refresh of Building 842 at Maxwell Air Force Base in Alabama. The selected firm will be responsible for creating construction drawings, specifications, and cost estimates, while addressing specific requirements such as lead-based paint concerns and HVAC system upgrades, all in compliance with federal regulations and safety codes. This procurement is crucial for maintaining the facility's operational standards and ensuring alignment with Department of Defense requirements. Proposals are due by March 21, 2025, with an estimated contract value between $25,000 and $100,000, and interested firms must be located within a 250-mile radius of the base and registered in SAM.gov. For inquiries, contact Kemeshia Smith at kemeshia.smith@us.af.mil or Jeremy Clark at jeremy.clark.8@us.af.mil.
    A&E Demo Bldg 1503/Renovate Bldg 833
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified architect-engineer firms for the demolition of Building 1503 and the renovation of Building 833 at Maxwell Air Force Base in Alabama. The selected contractor will be responsible for providing comprehensive design documents, including construction drawings, specifications, and cost estimates, while ensuring compliance with applicable building codes and environmental standards. This procurement is crucial for enhancing base facilities and meeting operational needs through thorough technical assessments and contractor qualifications. Proposals are due by March 21, 2025, with an estimated contract value ranging from $25,000 to $100,000, and interested firms must be located within a 250-mile radius of the base and registered in SAM.gov. For further inquiries, contact Kemeshia Smith at kemeshia.smith@us.af.mil or Jeremy Clark at jeremy.clark.8@us.af.mil.
    FTQW 25-1102, Repair Roof CHPP (B6203)
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified architect-engineer firms to provide design services for the repair of the roof of Building 6203 at Eielson Air Force Base, Alaska, under project number FTQW 25-1102. The selected firm will be responsible for assessing the existing roof's condition and designing a new PVC roofing system that can withstand extreme Arctic weather, ensuring proper drainage and compliance with safety regulations, including a hazardous materials survey. This project is critical for maintaining infrastructure integrity in challenging conditions, and firms will be evaluated based on their qualifications, past performance, and ability to deliver on time. Interested parties should submit their qualifications electronically, including a cover letter and a Standard Form 330 (SF-330), to the primary contact, Tara Richmond, at tara.richmond@us.af.mil, by the specified deadlines.