Facilities Acquisitions for Restoration and Modernization (FARM) III
ID: FA9101-25-R-FARMIIIType: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA9101 AEDC PKP PROCRMNT BRARNOLD AFB, TN, 37389-1332, USA

NAICS

Commercial and Institutional Building Construction (236220)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is seeking industry feedback through a Request for Information (RFI) for the Facilities Acquisitions for Restoration and Modernization (FARM) III program. The primary objective of this RFI is to gather insights on the government's acquisition strategy, particularly regarding the Highest Technically Rated Offeror (HTRO) source selection evaluation approach, and to discuss Joint Certification Program (JCP) certification requirements. This initiative is crucial for ensuring that the selected contractors possess the necessary technical capabilities and past performance to support Department of Defense installations effectively. Interested parties must submit their responses by 11:00 AM CST on December 19, 2025, via email to Robert Mosley and Andrew Waggoner, with proprietary information clearly marked.

    Point(s) of Contact
    Files
    Title
    Posted
    The Facilities Acquisitions for Restoration and Modernization (FARM) III Industry Day, held on August 7, 2025, provided information on an anticipated $900M multiple-award Indefinite Delivery/Indefinite Quantity (IDIQ) contract. This contract aims to restore and modernize the Arnold Engineering Development Complex (AEDC)'s aging test infrastructure, built primarily in the 1950s and 1960s, which has suffered from decades of underfunding. The FARM III contract, with an anticipated performance start in September 2026, will involve firm-fixed-price task orders over a five-year base and three-year option period, with up to eight contractors awarded. Key topics included the history of FARM I and II contracts, the anticipated FARM III acquisition strategy (considering Highest Technically Rated Offeror), and examples of potential task orders such as constructing a maintenance facility, improving high-pressure air capacity, installing an isolation valve, renovating the Engine Test Facility Office, replacing raw water lines, and upgrading pumping stations. The event also covered projects at Holloman AFB, including hangar renovation and converting a storage facility to a weld shop. The government sought industry input on acquisition strategies, contract types, task order packaging, NAICS codes, and support for Geographically Separated Units, encouraging review and comments on the draft Statement of Work.
    The Statement of Work (SOW) for Facilities Acquisitions for Restoration and Modernization (FARM) III outlines requirements for construction and engineering activities at the Air Force Test Center's Arnold Engineering Development Complex (AEDC) and its Geographically Separated Units. This initiative aims to restore and modernize AEDC's plant and infrastructure, which were largely built in the 1950s and 1960s, to mitigate diminished test capability and increased costs. The contract will be a Multiple Award Construction Contract (MACC) utilizing Indefinite-Delivery Indefinite-Quantity (IDIQ) task orders for design/build, construction, and two-phase design/build projects. The SOW details project administration, quality control, integrated scheduling, submittal procedures, design requirements, and construction protocols. Emphasis is placed on environmental considerations, including energy efficiency, use of recovered materials, and prohibition of hazardous substances. The document highlights the need for experienced personnel, rigorous quality control, and strict adherence to schedules and safety regulations, ensuring efficient modernization while minimizing disruption to AEDC's critical aerospace testing mission.
    The Request for Information (RFI) for Facilities Acquisitions for Restoration and Modernization (FARM) III seeks contractors for mechanical, electrical, instrumentation, data systems, and controls (ID&C), and design/build capabilities. The government intends to issue a multiple-award Indefinite-Delivery/Indefinite-Quantity (IDIQ) contract for sustainment, restoration, and modernization (SRM) projects at military ground testing facilities, primarily at Arnold Air Force Base, TN, with potential work at other geographically separated units. The RFI asks contractors to detail their capabilities, interest, past experience (including federal government contracts), and ability to self-perform work for various project elements. It also solicits feedback on acquisition strategy, contract types, alternative NAICS codes, and teaming opportunities. Additionally, the RFI includes general capability questions covering project management, quality assurance, geographic reach, bonding capacity, and ability to manage multiple concurrent task orders, aiming to minimize facility downtime during project execution.
    Arnold Engineering Development Complex (AEDC) is hosting a two-day Industry Day on August 6-7, 2025, for its Facilities Acquisitions for Restoration and Modernization (FARM) III effort. The event aims to enhance potential offerors' understanding of AEDC's mission and the FARM III initiative. Day one will feature government briefings at the University of Tennessee Space Institute, while day two will include base tours and one-on-one meetings with government subject matter experts (SMEs) at the Gossick Leadership Center. These meetings are intended for companies to ask questions and discuss concerns, not to present capabilities. Interested parties must register by July 23, 2025, by emailing Mr. Robert Mosley or Mr. Robert Greene with company and attendee information, and discussion topics. This announcement is for informational purposes only and does not constitute a request for proposal; any future procurement action will be announced separately on SAM.gov. Participation is voluntary, and costs incurred by contractors will not be reimbursed.
    The provided document is a protected PDF file that hinders access to its content due to compatibility issues with the current PDF reader. As a result, it cannot be opened or analyzed directly. Given the context of government RFPs, federal grants, and state/local RFPs, the document likely pertains to solicitations or funding opportunities within these frameworks. Essentially, it might contain vital information such as project descriptions, objectives, eligibility criteria, submission guidelines, and deadlines relevant to potential applicants or stakeholders involved in government contracting or grant proposals. However, without the ability to access the file, further insights or specific details remain inaccessible. It is crucial for individuals or entities interested in the content to utilize an appropriate reader that can open the protected PDF to review its key points and directives effectively.
    The government has issued a Request for Information (RFI) for the Facilities Acquisitions for Restoration and Modernization (FARM) III, seeking contractors with expertise in mechanical, electrical, instrumentation, and control systems for various military ground testing facilities sustainment and modernization projects. Interested companies must respond to a series of inquiries regarding their capabilities, interest in project competition, past experience, and government work. The document outlines multiple project elements, including mechanical and electrical systems, as well as data integration controls, to assess contractor qualifications. Additionally, the RFI invites comments on acquisition strategies and contract types, emphasizing the need for contractors capable of performing across multiple geographical locations, including Arnold Air Force Base and other associated sites. Contractors are also encouraged to discuss their project management experience, quality assurance processes, and bond capacities. This RFI aims to gauge interest and gather insights that will inform future task order contracts through an Indefinite-Delivery/Indefinite-Quantity framework.
    The Arnold Engineering Development Complex (AEDC) is organizing an Industry Day for the Facilities Acquisitions for Restoration and Modernization (FARM) III project, scheduled for August 6-7, 2025. The event aims to improve potential suppliers' understanding of the FARM III initiative and AEDC's mission. Day one will feature government briefings at the University of Tennessee Space Institute, followed by facility tours and individual meetings on day two at Arnold Air Force Base. Interested companies must register by July 23, 2025, to attend and may discuss their inquiries during one-on-one sessions without presenting capabilities. Registration details, including participant information and topics of interest, are specified. It’s essential to note that this announcement does not constitute a bid or request for proposals, and participation is voluntary with no reimbursement for related costs. Additional information about AEDC facilities is available on their website, and queries can be directed to designated contacts. The document highlights the government's commitment to collaboration while delineating the boundaries of this informational event.
    The Arnold Engineering Development Complex (AEDC) at Arnold Air Force Base (AFB) issued a Sources Sought Notice for the Facilities Acquisitions for Restoration and Modernization (FARM) III project. This notice seeks interested and capable sources for a potential multiple-award Indefinite-Delivery/Indefinite-Quantity (IDIQ) task order contract, with a performance period of five to ten years. The project encompasses mechanical, electrical, instrumentation, data systems, controls (ID&C), and design/build projects for military ground testing facilities, primarily at Arnold AFB and various geographically separated units (GSUs). The anticipated NAICS code is 236220, Commercial and Institution Building Construction, with a $45M size standard. This is for informational purposes only and is not a request for quote or a commitment to award. Responses, due by August 22, 2025, at 1:00 PM CT, should include company information, business size, CAGE Code, SAM.gov UEI, feedback on the DRAFT Statement of Work (SOW), and a capabilities statement.
    The "Attachment 1: Highest Technically Rated Offeror (HTRO) Self-Scoring Matrix" is a comprehensive document for evaluating offerors in government procurement, likely for federal or state/local RFPs. It details a self-scoring system across several categories: Mechanical Systems, Electrical Systems, Facility Renovations, and Project Management, Development, and Design. Offerors input data into yellow cells to calculate their weighted scores based on work samples and project values. The matrix includes specific criteria for each technical area, such as the number of work samples for various mechanical and electrical components, and experience in facility renovations. It also incorporates a CPARS (Contractor Performance Assessment Reporting System) bonus score, influencing the final self-score. The document emphasizes the importance of demonstrating expertise in diverse construction services, particularly those supporting DoD Installations, and adherence to quality control measures. The self-scoring mechanism allows the government to assess technical capabilities and past performance transparently.
    The Facilities Acquisition for Restoration and Modernization (FARM) III document, specifically Request for Information (RFI) No. 2, Attachment 3, details the Joint Certification Program (JCP) for U.S. and Canadian entities. The JCP allows access to unclassified military technical data for defense-related work. Eligible companies must be registered and physically located in the U.S. or Canada, have an active SAM registration and CAGE Code, complete a NIST SP 800-171 cybersecurity assessment, and adhere to DFARS Clause 252.204-7012. The document outlines pre-application requirements, including SAM registration, NIST SP 800-171 assessment, and
    The Facilities Acquisitions for Restoration and Modernization (FARM) III program (FA9101-25-R-FARMIII) has issued Request for Information (RFI) No. 2 to gather industry feedback on its acquisition strategy and initiate discussions regarding Joint Certification Program (JCP) certification. The government is developing its acquisition strategy based on market research and stakeholder input, and is specifically requesting feedback on the Highest Technically Rated Offeror (HTRO) source selection evaluation approach. This approach awards contracts to the highest technically rated proposals with realistic and reasonable prices, without trade-offs between cost and technical merit. Industry input is sought on the provided Draft HTRO matrix and instructions. Additionally, companies are asked to state whether they are currently JCP certified, and if not, whether they anticipate applying for certification. Responses to this RFI are due by 11:00 AM CST on December 19, 2025, and must be submitted via email to Mr. Robert Mosley and Mr. Drew Waggoner. Proprietary information must be clearly marked.
    The Arnold Engineering Development Complex (AEDC) at Arnold Air Force Base (AFB) is seeking capable sources for its Facilities Acquisitions for Restoration and Modernization (FARM) III project. This initiative will potentially involve multiple Indefinite-Delivery/Indefinite-Quantity (IDIQ) contracts, lasting five to ten years. The focus is on mechanical, electrical, instrumentation, data systems, and design/build projects to maintain and upgrade military ground testing facilities, primarily at Arnold AFB and various geographically separated units (GSUs) across the country. The government aims to gather information via this Sources Sought Notice to assess market capabilities and prepare for future acquisitions. Participation in this notice does not guarantee contract awards, and all responses will be treated as voluntary with no expenses reimbursed. Interested businesses, both large and small, are invited to submit documentation supporting their capability to meet project requirements, provide a capabilities statement, and give feedback on the attached draft Statement of Work (SOW). The anticipated NAICS code for this requirement is 236220 for Commercial and Institutional Building Construction. Responses are due by 1:00 PM Central Time on 22 August 2025, with detailed submission instructions provided. All submissions will become government property and must be clearly marked if proprietary.
    Similar Opportunities
    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.
    Renovate B110
    Buyer not available
    The Department of Defense, through the US Army Corps of Engineers (USACE) Savannah District, is conducting a market survey to identify contractors capable of performing renovations to Building 110 at Robins Air Force Base in Georgia. The project involves significant renovations to a 144,000 sq. ft. facility, which includes two maintenance docks and a three-story administrative space, along with site improvements and the abatement of lead-based paint and asbestos. This renovation is crucial for maintaining operational efficiency and safety at the base, with an estimated construction magnitude exceeding $10 million and a performance period of 1850 calendar days following the Notice to Proceed. Interested parties must submit a capability package and a completed Market Survey Questionnaire via email to Tatjana Fisher by December 09, 2025, at 3:00 PM EST, with the applicable NAICS code being 236220 for Commercial and Institutional Building Construction.
    Renovation of WPAFB Laboratory Space - Dayton, OH
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is conducting a market survey to identify small business concerns interested in a federal contract for the renovation of laboratory space at Wright-Patterson Air Force Base in Dayton, Ohio. The project entails a Design-Bid-Build reconfiguration of an existing high-bay facility, which includes constructing three additional elevated floors and renovating 9,666 square feet of existing space to create secure laboratory environments for modeling, simulation, and analysis, as well as control and network operations rooms. Interested small businesses, including those certified as HUBZone, 8A, Woman-Owned, or Service-Disabled Veteran-Owned, must respond by December 6, 2024, with documentation of their qualifications and relevant past experience, as the estimated contract value ranges between $10 million and $25 million. For further inquiries, interested parties can contact Morgan Greenwell at morgan.l.greenwell@usace.army.mil.
    Facility Maintenance Contract IDIQ Sources Sought
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking industry capabilities for a Facility Maintenance Contract (FMC) Indefinite Delivery Indefinite Quantity (IDIQ) Support contract for the 55th Wing at Offutt Air Force Base, Nebraska. This procurement aims to gather information on comprehensive facility maintenance, repair, inspection, and operation services, which are critical for ensuring the continuous, safe, and efficient operation of infrastructure and systems at the base. The contract will encompass a wide range of services, including preventative and corrective maintenance, emergency repairs, and compliance with regulatory standards, with individual Task Orders issued to address specific needs. Interested parties should contact Casey Hupton at casey.hupton.1@us.af.mil or Nichole Barragan at nichole.barragan.2@us.af.mil for further information, as the government is evaluating responses to inform its acquisition strategy.
    GEOINT/Infrastructure Field Support System Maintenance
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is conducting market research to identify potential sources for the GEOINT/Infrastructure Field Support System Maintenance contract. This procurement aims to secure services for system maintenance, administration, and management in support of the Air Force Distributed Common Ground System (AF DCGS), which includes responsibilities for sensor management and ground system maintenance during Intelligence, Surveillance, and Reconnaissance (ISR) missions. The contract is crucial for ensuring operational readiness and effective management of geospatial intelligence systems, with a performance period spanning from March 29, 2027, to March 28, 2032. Interested contractors are encouraged to submit their capabilities documentation to Barry Frank at barry.frank@us.af.mil or James Jackson at james.jackson.44.ctr@us.af.mil, as participation in this market research does not guarantee future contract awards.
    Construct a B-21 Field Training Detachment Building at Dyess AFB, TX
    Buyer not available
    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.
    WPAFB 3rd Air Stream/ B18
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Louisville District, is conducting a market survey to identify potential contractors for the construction of a new industrial compressed air plant at Wright-Patterson Air Force Base in Ohio. The project, estimated to cost between $5 million and $10 million, involves the installation of two 4,000 HP centrifugal air compressors, two natural gas-fired air heaters, specialty steel piping, and associated controls, along with the demolition of existing equipment and significant electrical work. This initiative is crucial for enhancing the operational capabilities of the facility, and the procurement may be set aside for small businesses, including HUBZone, 8A, Woman-Owned, and Service-Disabled Veteran Owned firms. Interested parties must submit their responses via the Market Survey Response Form by October 31, 2025, at 1:00 PM Eastern Time, and can contact Thomas Nauert at thomas.s.nauert@usace.army.mil for further information.
    Dorm 742 Renovation
    Buyer not available
    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.
    Sources Sought - Ground Based Strategic Deterrent (GBSD) Sentinel Consolidated Vehicle Maintenance Complex (CVMC) Minot AFB, ND
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is conducting market research for potential prime contractors capable of constructing the Ground Based Strategic Deterrent (GBSD) Sentinel Consolidated Vehicle Maintenance Complex (CVMC) at Minot Air Force Base, North Dakota. The project involves the design and construction of two facilities, including a Vehicle Maintenance Facility and a Vehicle Operations Facility, with a total construction magnitude estimated between $100 million and $250 million. This initiative is critical for enhancing the operational capabilities of the military and ensuring compliance with Department of Defense standards, including cybersecurity requirements. Interested contractors must demonstrate their bonding capability of at least $123 million and submit their qualifications by 2:00 PM CST on December 30, 2025, to Ariel Vogan at ariel.e.vogan@usace.army.mil, with a courtesy copy to John Solomon at john.s.solomon@usace.army.mil.
    Facility Investment Services for 99th Readiness Division (RD), Region 5
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, Philadelphia District, is conducting a Sources Sought Notice (W912BU26RA0R5) to identify qualified small businesses capable of providing Facility Investment Services (FIS) for the 99th Readiness Division, Region 5. The procurement aims to gather market research for preventive and corrective maintenance services, including sustainment, restoration, and modernization of building exteriors, structures, and interior systems such as HVAC, plumbing, and fire protection across Delaware, Maryland, and Eastern Virginia. This initiative is crucial for maintaining operational readiness and ensuring the longevity of facilities, with an anticipated contract duration of five years. Interested offerors must submit their capability statements and relevant past performance information by December 16, 2025, to Tiffany Chisholm at tiffany.z.chisholm@usace.army.mil.