Guam/JRM AE IDIQ
ID: FA8903-GUAM-JRMType: 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

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    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.

    Point(s) of Contact
    Files
    Title
    Posted
    This Statement of Work outlines the requirements for a Multiple Award Task Order Contract (MATOC) for Architect-Engineer (A/E) Services at Andersen Air Force Base, Guam, and potentially other locations within Joint Region Marianas. The contract, with a shared capacity of $930,000,000, covers full or abbreviated multi-disciplinary design, renovation, repair, construction projects, design reviews, and construction management. Services are categorized into Title I (design, planning, and related engineering) and Title II (construction support, oversight, and post-construction services). The MATOC also includes provisions for litigation support, key personnel requirements, ordering limitations, and detailed procedures for task order issuance and pricing. Climate-informed design and construction decisions are emphasized for mission resilience.
    The Air Force Installation Contracting Center (AFICC)/772nd Enterprise Sourcing Squadron (772 ESS) is seeking Small Business (SB) Architect-Engineer (A-E) firms for a Multiple Award Task Order Contract (MATOC) for Architect-Engineering (A-E) Services for FSRM and MILCON Title I and Title II projects primarily at Andersen AFB (AAFB), Guam. This is a total small business set-aside with a HUBZone reserve for two firms. The total contract ceiling is $930 million, shared among approximately six awarded firms, with individual task orders ranging from $2,500 to $10 million. Key evaluation criteria, in descending order of importance, include Specialized Experience and Technical Competence, Professional Qualifications, Knowledge/Experience of the Locality, Capacity to Accomplish the Work, and Past Performance. SF330 submissions are due by January 25, 2026.
    The provided government file, structured as a Q&A template, outlines a format for communication between an AE Firm and the Air Force regarding questions, comments, and responses related to a specific document or paragraph. This template is designed to facilitate clear and organized communication within the context of federal government RFPs, grants, or similar procurement processes. Its purpose is to standardize the exchange of information, ensuring that all inquiries from the AE Firm are addressed by the Air Force with specific references to the relevant documentation. This structure promotes transparency and efficiency in clarifying project requirements or addressing concerns during the proposal or execution phases of government contracts.
    Lifecycle
    Title
    Type
    Guam/JRM AE IDIQ
    Currently viewing
    Presolicitation
    Similar Opportunities
    Multiple Award Task Order Contract for Resilient Architect-Engineer Services (RAES)
    Buyer not available
    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.
    FY24 MCON PROJECT P-859, CONSOLIDATED HEADQUARTERS PHASE II, U.S. NAVSUPPACT, MCB GUAM
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Systems Command Pacific, is seeking qualified contractors for the FY24 Military Construction (MILCON) Project P-859, which involves the construction of a secure Phase 2 space at the Consolidated Headquarters located at Naval Support Activity Marine Corps Base in Guam. The project encompasses various construction elements, including architectural, fire protection, electrical, telecommunications, HVAC, and collateral equipment, with an estimated contract value between $10 million and $25 million and a completion period of approximately 423 calendar days. This opportunity is significant for firms specializing in commercial and institutional building construction, as it requires U.S. prime contractors with U.S. subcontractors and suppliers, all of whom must have valid Top Secret clearance. Interested parties should contact Jacqueline Sivongxay at jacqueline.y.sivongxay.civ@us.navy.mil or call 808-603-4464 for further details, and must submit required vetting forms to gain access to the Request for Proposal (RFP), which is anticipated to be released around December 2025.
    Wifi Fleming Heights Andersen AFB, GU
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide commercial internet services for office and lodging buildings at Andersen Air Force Base in Guam. The project entails installing internet connectivity across 63 locations, including 62 housing units in Fleming Heights and two floors of Dorm Building 27006, with specific speed requirements ranging from 25 Mbps to 150 Mbps depending on the building. This procurement is critical for ensuring reliable internet access for personnel and operations at the base, with a performance period set from December 27, 2025, to December 26, 2026, and options for two additional years. Interested parties must submit attendee names for a site visit by November 20, 2023, and direct any questions to Derick Fontyn at derick.fontyn@us.af.mil by November 24, 2025.
    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.
    36 CES Airfield Lighting Control and Monitoring System (ALCMS) Repair
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the repair of the Airfield Lighting Control and Monitoring System (ALCMS) at the 36th Civil Engineer Squadron in Yigo, Guam. The procurement involves maintenance, repair, and rebuilding of electrical and electronic equipment components, as detailed in the attached justification and approval document. This system is critical for ensuring the safety and efficiency of airfield operations, highlighting the importance of reliable lighting control and monitoring. Interested parties can reach out to Lauren Reyes at laurenrenee.reyes.2@us.af.mil or by phone at 671-366-6612, or Aubreeana Taylor at aubreeana.taylor@us.af.mil or 671-366-6603 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.
    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
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Systems Command, Pacific, is seeking qualified architect-engineer firms to provide a range of services for various civil projects under an Indefinite Delivery Indefinite Quantity (IDIQ) contract. This contract, valued at up to $200 million over a one-year base period with four option years, will encompass services such as site development, Military Construction documentation, design-build and design-bid-build documents, technical surveys, cost estimates, and post-construction award services. The procurement is unrestricted under NAICS Code 541330, and firms will be evaluated based on criteria including specialized experience, key personnel qualifications, past performance, and commitment to small business. Interested parties must submit a completed Standard Form SF 330 by January 8, 2026, at 2:00 p.m. Hawaii Standard Time, and can contact Shaun Bissen at shaun.m.bissen.civ@us.navy.mil or Ann Saki-Eli at ann.h.sakieli.civ@us.navy.mil for further information.
    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 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.