Multiple Award Task Order Contract for Resilient Architect-Engineer Services (RAES)
ID: FA8903-RAESType: Presolicitation
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, 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.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a questionnaire for firms responding to a request for proposals (RFP) related to architectural and engineering (A&E) services, detailing firm information and experience. It requires firms to provide their identity, business classification (small, large, foreign-owned), and any certifications under NAICS code 541330, which pertains to engineering services. The firms must indicate their experience with design services both within the contiguous United States (CONUS) and outlying areas, providing a comprehensive list of states and territories served over the past decade. The form emphasizes the government's interest in understanding the capabilities of potential contractors for both Title I and Title II services, pertaining to design and oversight. The information collected will aid the U.S. Air Force's acquisition planning, maintaining confidentiality throughout the evaluation process. This initiative seeks to optimize government procurement strategies, ensuring strategic partnerships with qualified businesses.
    The A/E Design Experience Outline aims to collect detailed information from architectural and engineering firms regarding their project experiences for government proposals. It requests the firm's name, role (Prime or Teaming Partner), project title, and location, along with financial details such as total design fees and resultant construction costs. The outline emphasizes the need for specifics about the design services provided, distinguishing between in-house contributions and those by teaming partners. Additionally, firms are asked to address their experience with Mission Resilient Vertical Design and confirm the employment status of team members involved in previous projects. This document serves as a structured framework to assist the federal government in evaluating the qualifications and past performance of firms when responding to Requests for Proposals (RFPs) and grants, ensuring that quality design services align with governmental standards and requirements.
    The document outlines staffing requirements and qualifications for various engineering and architectural positions in response to a government RFP or grant. It specifies key personnel roles, including Project Manager and various engineering and architectural positions, with their respective minimum qualifications. Each role requires specific degrees and years of experience, reflecting the firm's capacity to fulfill government contracts. The document asks for information regarding the average number of full-time employees over the last three years and requires firms to identify any external partners if necessary. It emphasizes maintaining accurate counts of staff and understanding the firm's experience with partners as it relates to the RFP process. The primary purpose is to ensure that responding firms demonstrate adequate staffing qualifications and the necessary experience to meet the demands of potential government projects while adhering to federal recruitment standards.
    The U.S. Air Force is seeking feedback through a sources sought notice regarding Architect-Engineer (A/E) services under the newly named "Resilient AE Services (RAES)," having revised the previous "AENETZERO" initiative post the rescission of Executive Order 14057. The RAES program focuses on mission-resilient DoD facilities, and aims to integrate sustainable design goals, including energy efficiency, on-site renewable energy, and reduced greenhouse gas emissions. Specific objectives initially tied to EO 14057 have been removed, prompting the call for additional A/E firms to participate, especially small businesses. The program will award a Multiple Award Task Order Contract (MATOC) estimated to exceed $2 billion for various design services under the NAICS code 541330. Respondents must describe their relevant experience, capabilities, and past projects in a structured format, highlighting involvement in projects that align with the current sustainability objectives. The deadline for submissions is March 24, 2025, emphasizing the Government’s commitment to acquiring innovative and environmentally responsible design solutions to facilitate the transition towards resilient military facilities.
    The document pertains to an Air Force Request for Proposal (RFP) regarding responses from various firms, focusing on gathering insights and addressing comments related to the RFP's content. The main purpose is to facilitate communication between the Air Force and interested firms, ensuring that queries are clarified, and comments on the proposal are recognized and addressed. This process is essential for aligning expectations and fostering a transparent selection mechanism for procurement. The structure of the document appears to include sections for firm names, designated questions or comments, and specific document references, streamlining the feedback process. By actively engaging firms through this dialogue, the Air Force is committed to achieving a comprehensive understanding of the proposals while maintaining adherence to procedural standards. This responsive approach reflects adherence to federal guidelines aimed at improving project execution and fostering competitive participation within the RFP framework.
    The document outlines a standard question-and-answer format used in government procurement processes, specifically within the Air Force. It provides a structured template for Architectural and Engineering (AE) firms to submit questions or comments, reference specific document paragraphs, and receive official responses from the Air Force. This format is crucial for clarifying requirements, addressing ambiguities, and ensuring all parties understand the terms of Request for Proposals (RFPs) or similar solicitations. It ensures transparency and fairness by standardizing the communication process between the AE firms and the Air Force regarding project documentation and specifications.
    This DRAFT Statement of Work outlines a $3.4 billion Multiple Award Task Order Contract (MATOC) for Architect-Engineer (A/E) Services for the Department of the Air Force and the Department of the Army. This IDIQ contract focuses on vertical construction and facility modernization, restoration, sustainment, and demolition, including innovative passive design for mission resilience. The contract has a five-year base and a five-year option ordering period, with task orders (TOs) negotiated as firm-fixed-price, ranging from $2,500 to $10,000,000. Services span design, construction phase support, and other A/E services, including litigation assistance, across all U.S. states and territories. Key personnel must be credentialed professionals with specific experience, particularly in DOD facility design. Subcontracting plans apply to large businesses, with specific goals for small businesses. TOs are awarded based on a streamlined Request for Qualifications (RFQ) process, prioritizing the most highly qualified firms and allowing for negotiations on price. Quality control and conflict of interest guidelines are also detailed.
    The document outlines a draft synopsis for a Multiple Award Task Order Contract for Resilient Architect-Engineering (A/E) Services worldwide, focusing on facility sustainment, restoration, and modernization projects for the U.S. Air Force. It details the roles of key contracting officials and the anticipated award structure, which reserves contracts for both Small Business and Woman-Owned Small Business firms. The contract's value is projected at $2.65 billion, with task order limits between $2,500 and $10 million. Submissions using SF330 documents must adhere to format specifications and cover required criteria, including specialized experience, professional qualifications, past performance, capacity to accomplish work, and knowledge of locality. The evaluation process prioritizes technical competence and past performance while ensuring compliance with small business regulations and exploring transitional opportunities for on-ramping firms during performance. The contract aims to enhance resilience in design practices while ensuring quality assurance throughout project execution. This draft stage encourages feedback from potential contractors and sets the groundwork for a virtual industry day for clarification and further discussion.
    The Department of the Air Force (DAF) is issuing a presolicitation for a Multiple Award Task Order Contract (MATOC) for Resilient Architect-Engineering (A-E) Services for CONUS and Outlying Areas (RAES), with a total contract ceiling of $3.4 billion. This contract will support Facility Sustainment, Restoration and Modernization (FSRM) and Military Construction (MILCON) Title I and Title II projects. The DAF anticipates awarding contracts to approximately six Other-than-Small Business firms and five Small Business firms, including one Woman-Owned Small Business (WOSB) reserve. Task orders will be competitively awarded, with specific thresholds for Small Business set-asides. Key dates include a virtual Industry Day on December 16, 2025, questions due by December 16, 2025, and SF330 submissions due by January 30, 2026. Selection criteria, listed in descending order of importance, are Specialized Experience and Technical Competence (including Resilient Design, Title II Services, and Facility Design), Professional Qualifications, Past Performance, Capacity to Accomplish the Work, and Knowledge of the Locality. Offerors must be registered in SAM and will receive a minimum guarantee of $2,500 for a post-award conference.
    The United States Air Force is soliciting responses for a Multiple Award Task Order Contract for Resilient Architect-Engineer Services (RAES) after revising its objectives previously linked to the rescinded Executive Order 14057. This initiative aims to support mission resilience in Department of Defense facilities through design and engineering services for new constructions and facility modernization. The contract, expected to have a ceiling exceeding $2 billion, will cover multidisciplinary services such as planning, design, and construction oversight on military installations. Responses will help determine the acquisition strategy, including potential set-asides for Small Businesses and socio-economic categories. Interested firms should highlight experience in sustainable and resilient design practices, including energy efficiency and onsite energy generation. The submission deadline is set for March 24, 2025, with specific requirements for documentation outlined. The effort reflects the commitment to creating robust, sustainable military infrastructure while inviting broad participation from the engineering community. This proactive approach aims to ensure competitive contracting while fostering innovative design solutions for the U.S. military's operational needs.
    Similar Opportunities
    Civil Works Multi-Discipline Architect/Engineer (A/E) Multiple Award Task Order Contract (MATOC)
    Buyer not available
    The Department of Defense, specifically the Department of the Army through the W2SD Endist Baltimore office, 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 engineering services under a Total Small Business Set-Aside, allowing small businesses to compete for the contract, which is crucial for supporting various civil works projects. The anticipated solicitation issuance date is set for December 20, 2025, with additional time allocated for proposal submissions due to the holiday season. Interested parties can reach out to Evan Cyran at evan.m.cyran@usace.army.mil or 410-962-6037, or Sherry Rhoden at sherry.s.rhoden@usace.army.mil or 443-890-3871 for further information.
    A-E Civil Planning and Design Services - Multiple-Award Task Order Contract - Unrestricted with Small Business Reserve (Kansas City District)
    Buyer not available
    The U.S. Army Corps of Engineers, Kansas City District, is soliciting qualified architect-engineer firms for a Multiple Award Task Order Contract (MATOC) focused on civil planning and design services. This unrestricted contract, which includes a small business reserve, aims to provide essential A-E services for various projects, including flood risk management, water supply, environmental infrastructure, and ecosystem restoration, across the Northwestern Division Area of Responsibility. The total contract capacity is $95 million, with seven awards anticipated, four of which are designated for small businesses. Interested firms must submit their qualifications via the PIEE Solicitation Module by January 15, 2026, and should ensure they are registered in SAM.gov and compliant with relevant regulations. For further inquiries, contact Erick Ottoson at erick.s.ottoson@usace.army.mil or Laura Hedrick at laura.l.hedrick@usace.army.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.
    Small Business Construction MATOC
    Buyer not available
    The U.S. Army Corps of Engineers, New England District, is soliciting proposals for a Small Business Construction Multiple Award Task Order Contract (MATOC) valued at $90 million, aimed at providing construction services across its Area of Responsibility. This Indefinite Delivery/Indefinite Quantity (IDIQ) contract will support military and interagency projects, including sustainment, restoration, modernization, and new construction, with task orders ranging from $500,000 to $10 million. The MATOC is critical for ensuring timely execution of construction needs in a climate of uncertain funding and compressed timelines, while also promoting competition among small businesses. Interested parties can contact Elizabeth Glasgow at elizabeth.k.glasgow@usace.army.mil or Erin Bradley at Erin.E.Bradley@usace.army.mil for further information, with the contract ordering period set for five years.
    West Branch Design-Build Multiple Award Task Order Contract (MATOC)
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Los Angeles District, is soliciting proposals for a Design-Build Multiple Award Task Order Contract (MATOC) aimed at providing construction services. This opportunity is specifically set aside for small businesses and encompasses a range of projects including Sustainment, Restoration, and Modernization (SRM), minor Military Construction (MILCON), and support for various military and civil works programs within the Southern California region. The contract, valued at up to $99 million, will last for five years and will allow for the construction, renovation, and maintenance of facilities at key military installations such as March Air Reserve Base and Edwards Air Force Base. Interested parties can reach out to Cameron Stokes at Cameron.Stokes@usace.army.mil or by phone at 213-452-3009 for further details.
    W912HN26RA005 - 100% Total Small Business $400M Two-Phase Design-Build General Construction Multiple Award Task Order Contract (MATOC)
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers Savannah District, is seeking qualified small businesses for a Two-Phase Design-Build General Construction Multiple Award Task Order Contract (MATOC) valued at $400 million. This procurement aims to establish a contract for general construction projects primarily in Georgia and North Carolina, encompassing new construction, renovation, maintenance, and repair work, with task orders ranging from $7 million to $30 million. The awarded contracts will have a base period of five years, and the selection process will utilize a Best Value Decision based on past performance, design experience, and technical capability. Interested parties must submit proposals by December 18, 2025, at 11:00 AM EST via the PIEE Solicitation Module, and can contact Gregory Graham at gregory.m.graham@usace.army.mil for further information.
    Small Business Construction MATOC
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers New England District, is soliciting proposals for a Small Business Construction Multiple Task Order Contract (MATOC). This procurement aims to engage small businesses in the construction of various commercial and institutional buildings, as outlined under NAICS code 236220, with a focus on the construction of miscellaneous buildings. The MATOC is crucial for supporting the Army's infrastructure needs within the North Atlantic Division Area of Responsibility, ensuring that qualified small businesses can contribute to essential construction projects. Interested parties should contact Elizabeth Glasgow at elizabeth.k.glasgow@usace.army.mil or Erin Bradley at erin.e.bradley@usace.army.mil for further details, as this opportunity is set aside exclusively for small businesses under FAR 19.5 regulations.
    FY26 A-E IDIQ Arnold AFB
    Buyer not available
    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
    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.
    C1DA--National AE IDIQ MATOC On-Ramping Opportunity 1
    Buyer not available
    The Department of Veterans Affairs (VA) is offering an On-Ramping Opportunity for its National Architect-Engineering (A-E) Indefinite-Delivery, Indefinite-Quantity (IDIQ) Multiple Award Task Order Contract (MATOC), specifically set aside for Service-Disabled Veteran-Owned Small Business (SDVOSB) concerns. This contract aims to provide a range of A-E services, including design development, project management, and construction period services, with an emphasis on compliance with VA standards and federal regulations. The MATOC has a total capacity of $5 billion over a ten-year period, with a minimum guaranteed fee of $2,500 for selected firms, and submissions are due by January 15, 2026, at 1:00 PM ET. Interested parties should contact Sheila Vickers at sheila.vickers@va.gov or call 813-816-7155 x100434 for further details.