AE24DORMS – MATOC for Title I and Title II Services for Dormitory Facilities Worldwide
ID: FA8903-AE24DORMSType: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8903 772 ESS PKJBSA LACKLAND, TX, 78236-9861, USA

PSC

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

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 small businesses to provide Title I and Title II services for dormitory facilities worldwide under the AE24DORMS MATOC initiative. This procurement aims to secure engineering services that encompass architectural and engineering tasks related to landscaping, interior layout, and design for various dormitory facilities. The services are crucial for maintaining and enhancing living conditions for personnel stationed at these facilities, ensuring they meet operational and safety standards. Interested parties should contact Brindle Summers at brindle.summers@us.af.mil for further details, as this opportunity is set aside for small businesses and falls under NAICS code 541330.

    Point(s) of Contact
    Files
    Title
    Posted
    Similar Opportunities
    DRAFT SYNOPSIS - MATOC for Architect-Engineering (A/E) Services for FSRM and MILCON Title I and Title II projects at Andersen AFB
    Buyer not available
    The Department of Defense, through the Air Force Installation Contracting Center, is seeking qualified small business architect-engineering firms to provide services for Facility Sustainment, Restoration, and Maintenance (FSRM) and Military Construction (MILCON) Title I and Title II projects at Andersen Air Force Base in Guam. The procurement aims to establish a Multiple Award Task Order Contract (MATOC) with a total ceiling of $930 million, anticipating awards to approximately six firms, including two designated for HUBZone businesses. These services are critical for maintaining and enhancing military infrastructure in the Joint Region Marianas, ensuring compliance with federal standards and addressing the unique challenges of projects in tropical environments. Interested firms must submit their qualifications using the SF330 form, with a deadline for submissions expected approximately 30 days after the final synopsis is posted, which is anticipated in February 2025. For further inquiries, potential offerors can contact Brindle Summers at brindle.summers@us.af.mil or Jean Stevens at jean.stevens.1@us.af.mil.
    AE MATOC for NETZERO Title I and Title II Services in support of Executive Order 14057
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified architect-engineer firms to participate in the AE MATOC for NETZERO Title I and Title II Services, in alignment with Executive Order 14057. The procurement aims to gather industry feedback on firms' experience with architect-engineer services focused on vertical design, including planning, design, and construction phase services for new facilities and modernization of existing structures, all aimed at enhancing mission resilience and transitioning to Net-Zero facilities. This initiative is critical for supporting the Department of Defense's goals of reducing greenhouse gas emissions and promoting sustainable practices in federal operations. Interested firms are encouraged to respond to the sources sought notice by March 3, 2024, with a projected contract ceiling exceeding $2 billion, and should direct inquiries to Brindle Summers at brindle.summers@us.af.mil or Brian Bosworth at brian.bosworth.3@us.af.mil.
    Civil Works Multi-Discipline Architect/Engineer (A/E) Multiple Award Task Order Contract (MATOC)
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, 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 a range of engineering services, including design and consultation for various civil works projects, which are critical for infrastructure development and maintenance. Interested firms are encouraged to demonstrate their qualifications and past performance, as these will be key factors in the selection process. For further inquiries, potential applicants can contact Evan Cyran at evan.m.cyran@usace.army.mil or by phone at 410-962-6037, or Leigha Arnold at leigha.m.arnold@usace.army.mil or 443-749-2022.
    Design/Bid/Build – Renovate Permanent Party Dorm B331, Altus AFB, OK
    Buyer not available
    The Department of Defense, specifically the U.S. Air Force, is seeking qualified small business contractors for the renovation of the Permanent Party Dorm B331 at Altus Air Force Base in Oklahoma. This project entails multi-disciplinary construction efforts, including the replacement of structural interiors, updates to HVAC and electrical systems, modernization of communication infrastructure, and environmental remediation, particularly concerning asbestos. The total project value is estimated between $10 million and $25 million, with an expected completion period of 15 months. Interested firms must demonstrate relevant experience and capabilities, ensuring compliance with the System for Award Management prior to contract award. For inquiries, contact Samuel Mendez at samuel.mendez@us.af.mil or 210-854-6081, or Laura Koog at laura.koog@us.af.mil.
    Repair Interior Renovation Bldg 90131
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the repair and interior renovation of Building 90131. This project aims to enhance the functionality and safety of the facility, which is crucial for supporting airfield operations. The procurement is set aside for small businesses under the SBA guidelines, and it falls under the NAICS code 236220, focusing on commercial and institutional building construction. Interested contractors can reach out to Richard Beaty at richard.beaty.3@us.af.mil or 850-884-2036, or Romeo Reyes at romeo.reyes.1@us.af.mil or 850-884-3288 for further details.
    Intern Summer Housing_77658_75892
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking a contractor to provide housing services for ten engineering interns participating in the 2025 Summer Internship Program at Robins Air Force Base in Georgia. The selected contractor will be responsible for offering 56 days of housing from June 1 to July 27, 2025, and must comply with various federal regulations, including Operations Security (OPSEC) protocols and the Agency Affirmative Procurement Program. This opportunity is significant as it supports the development of future engineering talent while promoting inclusivity through the solicitation of Women-Owned Small Businesses (WOSB) and other small business designations. Interested parties should contact Tarmeka Battle at Tarmeka.Battle@us.af.mil or Lasonia Anderson at lasonia.anderson@us.af.mil for further details regarding the proposal submission process.
    B2621 Dorm Construction Renovations
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the renovation of Dormitory Building 2621 at Joint Base McGuire-Dix-Lakehurst in New Jersey. The project entails extensive renovations including the relocation of HVAC systems, refurbishment of bathrooms and bedrooms, and the upgrade of electrical and fire alarm systems, with a total area of approximately 24,530 square feet. This renovation is crucial for enhancing living conditions for military personnel and ensuring compliance with safety and environmental standards. Interested contractors must submit their proposals electronically by February 14, 2025, at 3 PM EST, and should direct inquiries to Adam Donofrio at adam.donofrio@us.af.mil or Ramnarine Mahadeo at ramnarine.mahadeo.1@us.af.mil. The contract is set aside for 8(a) small businesses, with an estimated value between $10 million and $25 million.
    Architect-Engineer (A-E) Type C Services
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking qualified architect-engineer firms to provide Type C services at Eielson Air Force Base in Alaska. The procurement aims to secure engineering services related to the maintenance of buildings, which are critical for ensuring operational readiness and safety at the base. Interested firms should note that the primary contact for this opportunity is Cheyenne Youngbird, who can be reached at cheyenne.youngbird.1@us.af.mil or by phone at 907-377-8742 for further inquiries. This special notice highlights the importance of these services in supporting military infrastructure and operations.
    Temporary Lodging Facilities (TLFs) and Magnolia Inn
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking sources for the repair, renovation, and refresh of Temporary Lodging Facilities (TLFs) and the Magnolia Inn at Columbus Air Force Base in Mississippi. The project involves comprehensive upgrades to ten TLF units, including structural improvements in plumbing, mechanical, electrical, and architectural elements, while adhering to federal regulations and Air Force standards. This initiative is crucial for modernizing military housing and ensuring consistent quality across facilities. Interested small businesses are encouraged to submit their responses by February 18, 2025, with an estimated contract value between $1,000,000 and $5,000,000. For further inquiries, contact Laura K. Morant at laura.morant.3@us.af.mil or call 662-434-7767.
    Design Build Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC)
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers New England District, is seeking qualified small businesses for a Design Build Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) valued at up to $90 million. This contract will encompass design and construction services for various projects, including new construction, rehabilitation, and maintenance of both vertical and horizontal structures across the North Atlantic Division Area of Responsibility. Task orders are expected to range from $3 million to $10 million, with a contract ordering period of five years. Interested parties should note that this is a presolicitation notice, and the Request for Proposal (RFP) will be available in early February 2025; inquiries can be directed to Ann Murphy Adley at ann.m.adley@usace.army.mil or by phone at 978-318-8255.