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
ID: N62470-26-R-0014Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVFACSYSCOM ATLANTICNORFOLK, VA, 23508-1278, USA

NAICS

Engineering Services (541330)

PSC

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

    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.

    Point(s) of Contact
    Files
    Title
    Posted
    The document, N6247026R0014, is a Sources Sought Capabilities Questionnaire for an AICUZ RAICUZ IDIQ contract, targeting firms for architect and engineering (A&E) services. It seeks information on business general details, including Unique Entity ID, CAGE Code, business name and address, and registration under NAICS code 541330. The questionnaire also inquires about proposed Product Service Codes (PSC), firm size (personnel count and key disciplines), and points of contact. It asks about the firm's business type (various small business designations or other), years of experience in A&E projects (both general and with the US Government), highest dollar-valued contracts, and specific experience with AICUZ/RAICUZ studies, noise studies, airfield/range safety, and encroachment plans. Additionally, it evaluates the firm's capacity to manage multiple projects simultaneously, including specific task order volumes and CONUS/OCONUS projects. Finally, it probes the firm's proposed contractor arrangement, such as a joint venture, sole contractor, or prime/subcontractor roles.
    This document is a "Sources Sought – Project Information Form" used to gather information about a contractor's relevant project experience. Contractors are required to submit one form per project, up to a maximum of five projects, with each response limited to two pages. The form requests details such as the contractor's name, project number, contract number, title, location, award and completion dates, final contract price, and percentage of completion. It also asks for the type of work (new construction, repair, renovation), customer/owner information, whether the contractor was a prime or subcontractor, and the type of contract (Design-Build, Design-Bid-Build, or Other). If Design-Build, information about the lead design firm is required. Finally, the form asks for a detailed description of the project and the percentage and description of work self-performed by the firm. This form is crucial for government agencies to assess a contractor's capabilities and experience for federal government RFPs, federal grants, and state and local RFPs.
    NAVFAC Atlantic issued a Sources Sought notice (N62470-26-R-0014) to identify qualified small businesses for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract for Architect-Engineer (AE) services. These services primarily involve 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, with a NAICS code of 541330 ($25.5 million size standard), will have a one-year base period and four one-year options, totaling five years, with an anticipated maximum value of $15 million. Services include preparing and updating AICUZ/RAICUZ/RCUZ studies, aircraft/weaponry noise studies, airfield/range safety studies, Encroachment Action Plans (EAPs), specialized compatible land use planning, and outreach materials. Interested small businesses (including 8(a), HUBZone, SDVOSB, WOSB, and EDWOSB) must submit a capabilities package by January 9, 2026, detailing company profile, relevant experience (up to five projects in the past five years), and geographic experience. Large business submissions will not be considered. This is solely for market research; no contract will be awarded from this notice.
    Similar Opportunities
    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 Systems Command Atlantic (NAVFAC Atlantic), is soliciting proposals for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract for architect-engineer services focused on geotechnical engineering. This contract, identified as N62470-26-R-0009, encompasses a range of services including subsurface investigations, laboratory testing, engineering analysis, construction inspection, and hazardous material sampling, with a total fee not exceeding $30 million over a base year and four option years. The procurement is unrestricted and emphasizes the importance of specialized experience and qualifications, with firms required to submit a completed SF-330 package via the PIEE Solicitation Module by January 23, 2026. For further inquiries, interested parties may contact Liz Roberts at elizabeth.l.roberts31.civ@us.navy.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
    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.
    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.
    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.
    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.
    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.
    Dyess Architecture and Engineering (AE) IDIQ Sources Sought
    Dept Of Defense
    The Department of Defense, specifically the United States Air Force, is seeking qualified architect-engineer firms for a potential Indefinite Delivery, Indefinite Quantity (IDIQ) contract at Dyess Air Force Base in Texas. The contract will involve providing multi-disciplinary planning, design, and engineering services for maintenance, repair, alteration, and new construction projects, with anticipated task orders valued at approximately $1 million per year. This initiative is crucial for ensuring that all designs comply with local, state, national, and Department of Defense standards, emphasizing sustainable design principles and environmental regulations. Interested firms must respond to the attached questionnaire by February 6, 2026, at 2:00 PM CST, and can direct inquiries to TSgt Rey Anthony Imperial at reyanthony.imperial@us.af.mil or Abigail Noe at abigail.noe.1@us.af.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 the military and civil boundaries of Texas, Oklahoma, Louisiana, Arkansas, and southern Kansas, in accordance with relevant regulations and guidelines. These services are crucial for effective military and civil planning, ensuring that the USACE can meet its operational and environmental objectives. 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 by the extended deadline of January 16, 2026, and can contact Thomas Howard at thomas.howard@usace.army.mil or 918-669-4389 for further information.
    INDEFINITE QUANTITY ARCHITECT-ENGINEER SERVICES FOR VARIOUS STRUCTURAL AND WATERFRONT PROJECTS AND OTHER PROJECTS AT LOCATIONS UNDER THE COGNIZANCE OF NAVAL FACILITIES ENGINEERING COMMAND, PACIFIC
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Pacific (NAVFACSYSCOM PACIFIC), is seeking qualified architect-engineer firms to provide indefinite quantity services for various structural and waterfront projects. The procurement aims to secure professional services that will support the design and engineering needs for projects under the command's jurisdiction, emphasizing the importance of structural engineering expertise in maintaining and enhancing naval facilities. Interested firms can reach out to Erik S. Torngren at erik.torngren@navy.mil or 808-474-6476, or Shaun M. Chow at shaun.chow@navy.mil or 808-471-1166 for further details regarding the attached justification and approval document.
    Civil Works Multi-Discipline Architect/Engineer (A/E) Multiple Award Task Order Contract (MATOC)
    Dept Of Defense
    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 is focused on obtaining engineering services, and interested firms are required to submit their qualifications via SF 330 forms, as this is not a request for price proposals. The contract is set aside for total small business participation, emphasizing the importance of engaging small businesses in federal contracting opportunities. Interested parties should direct their inquiries to Evan Cyran at evan.m.cyran@usace.army.mil or Sherry Rhoden at sherry.s.rhoden@usace.army.mil, with the understanding that all submissions must meet the outlined requirements prior to the submission deadline.