PNQS 20-1056 A&E Renovate Building1056, Maxwell AFB (Sources Sought)
ID: FA330025RFI0012Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA3300 42 CONS CCMAXWELL AFB, AL, 36112-6334, USA

NAICS

Architectural Services (541310)

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 Department of the Air Force, is seeking qualified architect-engineer firms to provide services for the renovation of Building 1056 at Maxwell Air Force Base in Montgomery, Alabama. The selected firm will be responsible for comprehensive design work, including construction drawings, specifications, and cost estimates, with a focus on repairing the roof and doors, upgrading HVAC systems, and ensuring compliance with building codes. This opportunity is crucial for maintaining and enhancing the operational capabilities of Maxwell AFB, and the project must be completed within 220 days after the Notice to Proceed, with specific milestones for design documentation. Interested parties are required to submit their qualifications and relevant information to the primary contacts, MSgt Jeremy Clark and Mr. Eldrae A. Perdue, by 3:00 p.m. central time on April 24, 2025.

    Point(s) of Contact
    Files
    Title
    Posted
    The Statement of Work (SOW) establishes requirements for Architectural-Engineering services to renovate Building 1056 at Maxwell AFB. The contractor is tasked with delivering comprehensive design work, including construction drawings, specifications, cost estimates, and other project documentation in specific formats and quantities. Key tasks include repairing the roof and doors, upgrading HVAC systems, replacing flooring, and ensuring compliance with building codes. The contract necessitates collaboration with registered professional engineers and architects, who must adhere to various regulations and standards specified in the document. Work must be completed within 220 days after the Notice to Proceed, with milestones for design documentation at 65%, 95%, and final (RTA). Deliverables include bound copies of materials in both physical and electronic formats. The SOW mandates the use of standard measurement units and prohibits the specification of asbestos-containing materials. It emphasizes open competition for products specified in the project, aiming for clarity and compliance in design intent, ensuring that all construction meets federal guidelines while supporting the mission of Maxwell AFB.
    This document outlines the performance requirements for Architect-Engineer (A-E) services related to federal construction projects at Maxwell Air Force Base. It details the A-E's obligations in terms of obtaining necessary permits, adhering to established design standards, and preparing comprehensive project documentation. The A-E is responsible for conducting site surveys, soil analyses, and preparing cost estimates that meet specific breakdown requirements, promoting transparency and accuracy in project budgeting. Key phases of submission include a series of reports, such as initial assessments of study requirements and subsequent preliminary study reports, all of which must adhere to government specifications and guidelines. Title II services include site inspections, submittal reviews, and coordination of construction activities, which help ensure compliance with Air Force standards. Throughout the process, the A-E must maintain communication with the Contracting Office and provide regular updates on construction progress. This framework is critical in ensuring that construction efforts align with government objectives, reflect cost-effectiveness, and ensure compliance with federal regulations. Overall, the document emphasizes thoroughness and coordination in architectural and engineering services to achieve functional and operational building projects.
    The Air Force Wargaming Institute at Maxwell AFB, AL, is seeking to install an access control system in Building 1406 to manage access to a newly planned Secret facility on the first floor. This system should match the recently installed access control for the White Room and the second floor SCIF to ensure consistency and utilize updated technology. The required system is specified as the brand name System Galaxy. The proposal includes the procurement of specific equipment such as controllers, a corporate license for software, badging software, and RFID readers, as well as installation, programming, testing, and user training. All equipment must be new and not refurbished. Martin D. Romig serves as the Point of Contact for this requirement.
    Similar Opportunities
    PNQS 09-4491 Repair Dining Facility Bldg. 668, Maxwell AFB, AL (Solicitation Amendment 0002)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of Dining Facility Building 668 at Maxwell Air Force Base in Montgomery, Alabama. This project involves comprehensive renovations, including hazardous material abatement, interior alterations, and the installation of new systems, with a total estimated contract value between $5,000,000 and $10,000,000. The work is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and must be completed within 640 calendar days, divided into procurement and construction phases. Interested contractors should direct inquiries to SSgt Khadijah Jones at khadijah.jones.1@us.af.mil or Marc Engel at marc.engel@us.af.mil, and proposals are due by December 15, 2025.
    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.
    A&E Repair Arctic Ave; FTQW 26-1302
    Dept Of Defense
    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.
    Repair MAF Roofs
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the "Repair MAF Roofs" project at Malmstrom Air Force Base in Montana. This project involves the demolition of existing asphalt-shingle roof systems and the installation of new roofing on six Missile Alert Facilities, including the replacement of shingles, underlayment, ice and water shields, gutters, soffit, fascia, and the repair of dormer decking. This procurement is critical for maintaining the structural integrity and functionality of the facilities, ensuring they remain operational for defense purposes. A firm-fixed-price contract valued between $500,000 and $1,000,000 will be awarded, with proposals expected to be available by December 15, 2025, and closing around January 20, 2026. Interested contractors must be registered in SAM and can contact Branden Lawson at branden.lawson@us.af.mil or 406-731-4353 for further details.
    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, 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.
    Z2NZ--Replace Air Handling Units 1 & 2 at the Montgomery RO
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for a firm-fixed-price contract to replace Air Handling Units 1 & 2 at the Montgomery Regional Office. This project, estimated to cost between $2,000,000 and $5,000,000, involves comprehensive construction, electrical, and mechanical work, including demolition and installation, with a performance period of 270 days. The initiative is crucial for maintaining the operational efficiency and safety of the facility, adhering to various federal and VA-specific codes and standards. Proposals are due by December 17, 2025, at 4:00 PM CT, and interested parties should contact Contract Specialist Jacalyn T. Hainey at Jacalyn.Hainey@va.gov for further information.
    Dorm 742 Renovation
    Dept Of Defense
    The Department of Defense, through the 341st Contracting Squadron, is seeking sources for the renovation of Dormitory 742 at Malmstrom Air Force Base in Montana. This construction project, estimated to exceed $10 million, will encompass a range of work including asbestos abatement, mold remediation, landscaping, structural and architectural improvements, as well as fire suppression and mechanical/electrical upgrades. The project is crucial for enhancing living conditions and ensuring safety standards in the facility, which was originally designed in 1954 and has undergone previous renovations in 1996 and 2008. Interested small business concerns, including 8(a), HUBZone, Woman Owned Small Business (WOSB), and Service-Disabled Veteran Owned Business (SDVOSB), must demonstrate their capability to perform the work and hold necessary certifications for Montana. Responses are due by 2:00 PM Mountain Time on December 18, 2025, and should be directed to Branden Lawson at branden.lawson@us.af.mil or Jillian Urick at jillian.urick@us.af.mil.
    2026 Maxwell AFB Beyond The Horizon - Premium Seating
    Dept Of Defense
    The Department of Defense, through the 42d Contracting Squadron at Maxwell Air Force Base (AFB) in Alabama, is seeking sources to provide Premium Seating Services for the 2026 Beyond The Horizon Open House and Airshow event scheduled for April 17-19, 2026. The contractor will be responsible for offering various premium seating options, including VIP Chalets and Flight Line Club access, to an estimated audience of over 150,000 attendees, while also managing logistical support, ticketing, and compliance with safety regulations. This opportunity is crucial for enhancing the attendee experience at a significant public event, and interested parties must submit their responses to the sources sought notice by 2:00 P.M. Central Standard Time on December 15, 2025, to the primary contacts, 2d Lt Easton Flamand and TSgt Jeremy Rash, via the provided email addresses.
    Construct a B-21 Field Training Detachment Building at Dyess AFB, TX
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers – Fort Worth District, is seeking experienced firms to construct a B-21 Field Training Detachment Building at Dyess Air Force Base in Texas. This project involves a comprehensive scope of work, including the construction of a concrete foundation, steel frame structure, and various utility installations, all designed to meet stringent security and safety requirements. The estimated construction cost ranges from $250 million to $500 million, with a project duration of approximately 42 months, and interested firms must respond to the sources sought notice by December 16, 2025, to express their capabilities and interest. For further inquiries, firms can contact Nicole Esser at nicole.r.esser@usace.army.mil or Matthew Dickson at matthew.s.dickson@usace.army.mil.
    Eaker Center Maxwell AFB - FSA Guest Speaker Sources Sought
    Dept Of Defense
    The Department of the Air Force is seeking information from industry regarding the procurement of a Guest Speaker for the First Sergeant Academy at Maxwell Air Force Base (AFB) in Alabama. The contractor will be responsible for providing personality-based communication and productivity training as part of a new four-week course, focusing on personal, group, and organizational development tailored to the unique challenges faced by First Sergeants. This initiative is crucial for enhancing the skills and effectiveness of First Sergeants, ensuring they are well-prepared for their roles. Interested parties should contact SSgt Khadijah Jones at khadijah.jones.1@us.af.mil or 334-953-3879, or LaChandra Thompson at lachandra.thompson@us.af.mil or 334-953-6569 for further details, with the performance period anticipated from February 1, 2025, to January 31, 2030.