Notice of Intent to Sole Source - USAFA Cadet Chapel Title I Design Services
ID: NOI_USAFACadetChapelTitleIDesignType: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA7000 10 CONS LGCUSAF ACADEMY, CO, 80840-2303, USA

NAICS

Engineering Services (541330)

PSC

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

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Defense, through the United States Air Force Academy (USAFA), intends to award a sole source contract for Title I Design Services for the Cadet Chapel to AECOM Technical Services. The procurement aims to provide essential architect-engineer design services, including the integration of new audio/visual systems, structural repairs, and restoration of Catholic pews, which are critical for maintaining the chapel's functionality and historical integrity. This non-competitive acquisition, valued at approximately $748,160, is justified under FAR 6.302-1 due to AECOM's unique expertise and prior involvement in the project, ensuring design continuity and minimizing risks. Interested parties may direct inquiries to Danon Davidson or Karen L. Jackson via email by September 30, 2025, at 12:00 P.M. Mountain Standard Time.

    Point(s) of Contact
    Files
    Title
    Posted
    The US Air Force Academy's 10 CONS/PKA issued a Justification and Approval (J&A) for a non-competitive acquisition for additional Architect-Engineer (A/E) design services for the Title I Cadet Chapel Design project. Valued at an estimated $748,160.00, this action falls under the authority of FAR 6.302-1, citing "Only One Responsible Source." The services include integrating new audio/visual systems, structural repairs, and Catholic pew restoration. AECOM, the incumbent contractor and original designer, is deemed the sole source due to their unique knowledge and direct involvement, which is critical for design continuity, minimizing risks, and avoiding catastrophic delays and cost increases. Market research confirmed AECOM as the only contractor with the necessary project-specific expertise. This justification will be publicized, and the cost will be evaluated against previously approved labor wages.
    Lifecycle
    Similar Opportunities
    NOTICE OF INTENT TO SOLE SOURCE-ARCHITECT-ENGINEERING SERVICES VA PHOENIX HOSPITAL REMODEL WARD 2C
    Buyer not available
    The Department of Defense, specifically the Department of the Army, intends to award a sole source contract for architect-engineering services related to the remodel of Ward 2C at the Carl T. Hayden Veterans Affairs Medical Center in Phoenix, Arizona. The contract will be awarded to Nagel Services LLC, which will provide essential support for the renovation project. This procurement is critical for enhancing the facilities at the VA Phoenix Hospital, ensuring that veterans receive improved care in a modernized environment. For further inquiries, interested parties can contact Dominic M. Pebenito at 213-452-3243 or via email at Dominic.M.Pebenito@usace.army.mil, or Christina M. Chavez at 213-452-3246 or christina.chavez@usace.army.mil.
    Title III Services
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, intends to award a sole source contract for Title III Services at Whiteman Air Force Base in Missouri. The procurement involves providing support for an already designed project, including submittal reviews, responses to Requests for Information (RFIs), and office services, with the work to be performed by the designer of record, CDM Smith. This contract is critical for ensuring compliance with design specifications and facilitating effective communication during the project execution. Interested parties may direct inquiries to Lacey Bayless at lacey.bayless@us.af.mil or call 660-687-5421, noting that this is not a request for competitive proposals and the government is not obligated to award a contract based on responses to this notice.
    A&E Repair Arctic Ave; FTQW 26-1302 Amendment 3 Update
    Buyer not available
    The Department of Defense, specifically 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 the SF330 form and a Past Performance Questionnaire, by December 1, 2025, at 12:00 PM Alaska Daylight Time (AKDT). For further inquiries, contact the primary representatives at 354CONS.PKA.Designs@us.af.mil or christopher.prince.3@us.af.mil.
    ASCE Library Collection -Intent to Award Sole Source - Posting (IASS)
    Buyer not available
    The Department of Defense, specifically the Air Force Research Laboratory, intends to award a sole-source Firm-Fixed-Price contract to Synopsys for a 12-month subscription to the ASCE Library Collection, with three additional option years starting around January 1, 2026. This subscription will provide the Air Force Institute of Technology's D'Azzo Research Library with access to a comprehensive digital library of civil engineering journals, conference proceedings, and standards, which are crucial for research and development in the field. Interested vendors are invited to submit capability statements within five calendar days of this notice to determine if a competitive procurement is feasible, with responses due by 0800 AM EST on December 8, 2025, to Stephen Wenclewicz at stephen.wenclewicz.1@us.af.mil.
    Catholic Priest Services
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide Catholic Priest Services at Space Base Delta 1 (SBD 1) in Colorado Springs, Colorado. The contractor will be responsible for presiding over Catholic liturgical activities, managing programs, and providing pastoral care for the Catholic community, as outlined in the Performance Work Statement (PWS). This opportunity is a total small business set-aside under NAICS code 813110, with a contract structure that includes a base year, four option years, and a six-month extension. Interested offerors must submit their quotations by January 31, 2026, and direct any inquiries to Nicole Harden at nicole.harden.1@spaceforce.mil or Samuel Souil at samuel.souil@spaceforce.mil.
    USAF Band Practice Booth Ceiling Panel Relocation
    Buyer not available
    The Department of the Air Force is seeking qualified contractors to perform a specialized relocation of ceiling panels within a Wenger SoundLok Sound-Isolation Booth at Joint Base Anacostia-Bolling, Washington D.C. This project aims to address a fire code compliance issue related to sprinkler head spacing, requiring the contractor to disassemble and reassemble proprietary modular components while ensuring the booth's acoustic integrity and warranty are maintained. The work is valued at less than $25,000 and is critical for compliance with National Fire Protection Association (NFPA) standards. Interested parties must submit their company information, point of contact, and CAGE/Unique Entity ID by December 10, 2025, at 05:00 PM EST to the designated Air Force Contract Specialists, Roberto Rongavilla and Kanya Richards.
    Roman Catholic Services PA Army National Guard W912KC26QA002
    Buyer not available
    The Department of Defense, specifically the Pennsylvania Army National Guard, is seeking qualified contractors to provide Roman Catholic religious support services at Fort Indiantown Gap, Pennsylvania. The contract requires the contractor to conduct weekly Sunday Mass, Holy Day Mass on Ash Wednesday, and weekly confession opportunities, all to be performed at the Post Chapel (Building 08) from January 1, 2026, to December 31, 2030. This service is essential for the spiritual well-being of military personnel and their families, ensuring access to religious rites and sacraments. The total contract value is estimated at $13 million, and interested parties must submit their proposals, including proof of SAM registration and a history of providing similar services, by the specified deadlines. For further inquiries, contact John M O'Boyle at john.m.oboyle.civ@army.mil or Raymond C Folweiler at raymond.c.folweiler.civ@mail.mil.
    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.
    FY26 A&E IDIQ Scott AFB, IL
    Buyer not available
    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.
    Intent for Sole Source Procurement of Accreditation Services for Graduate Medical Education
    Buyer not available
    The Defense Health Agency (DHA) intends to award a sole source contract to the Accreditation Council for Graduate Medical Education (ACGME) for accreditation services related to its graduate medical education programs. This contract, set to begin on January 1, 2026, will cover a one-year period and is essential for ensuring that DHA's residency and fellowship programs meet the necessary educational standards for training physicians. ACGME, as the sole accreditor for graduate medical education in the United States, plays a critical role in maintaining the quality of medical training and ultimately the safety and quality of care provided to patients. Interested parties can reach out to John J. Kelley at john.j.kelley36.ctr@health.mil or 703-681-7226, or Cherish Young at cherish.d.young2.civ@health.mil or 703-681-7270 for further information.