A-E Surveying, Mapping, and Monuments Project at Arnold AFB
ID: FA910125RB014Type: Presolicitation
Overview

Buyer

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

NAICS

Surveying and Mapping (except Geophysical) Services (541370)

PSC

SUPPORT- PROFESSIONAL: LAND SURVEYS-CADASTRAL (NON-CONSTRUCTION) (R404)
Timeline
    Description

    The Department of Defense, through the Department of the Air Force, is seeking qualified architect-engineer firms to provide land surveying services for the A-E Surveying, Mapping, and Monuments Project at Arnold Air Force Base (AFB) in Tennessee. The project involves rehabilitating boundary monuments and signage across 38,861 acres within a 125-mile radius of Arnold AFB, requiring firms to demonstrate their experience and qualifications in land surveying and mapping services. This procurement is critical for maintaining property boundaries and ensuring compliance with federal guidelines, with a Firm-Fixed-Price contract anticipated to include one base CLIN and seven options. Interested firms must submit their qualifications using Standard Form 330 by May 12, 2025, and should contact James Laney or Mikayla Roland for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The government file pertains to an upcoming project titled "A-E Surveying, Mapping, and Monuments Project at Arnold AFB," associated with a Request for Proposal (RFP). Currently, the government has an Authority to Advertise (ATA) for the project, but it does not yet have funding; however, funding is anticipated. It's crucial to note that if funding does not materialize, no contract will be awarded. The submission criteria specify that the firm’s physical office must be located within a 125-mile radius of Arnold AFB, Tennessee. For past performance evaluations, no specific Past Performance Questionnaire (PPQ) form is required; firms should include all relevant past performance information in the SF 330 form, along with contact details for listed projects. This document serves as guidance for potential bidders, outlining essential conditions for achieving the project's requirements in alignment with federal RFP protocols and emphasizing the importance of compliance with location and performance information submissions.
    The document outlines the procedures for submitting Architect-Engineer qualifications as required by federal agencies. It specifies the use of Standard Form 330 to collect information on professional qualifications for firms seeking A-E contracts, mandating the selection of at least three qualified firms based on their capabilities. The form includes sections for both contract-specific and general firm qualifications, where details such as project experience, team composition, and organizational structure must be provided. Agencies may have their own instructions that should be followed when completing the form. The proposed team is highlighted, requiring descriptions of roles and key personnel, supported by resumes and example projects demonstrating relevant experience. Each firm is also required to submit information regarding their business structure, employee count by discipline, and past performance on federal contracts. This structured approach ensures transparency and competitiveness in the procurement process, aligning with federal regulations and promoting effective contractor selection for public projects.
    The Arnold Air Force Base (AFB) in Tennessee intends to contract a firm for professional land surveying services within a 125-mile radius. The procurement process will follow federal guidelines, including the Brooks Act, resulting in a Firm-Fixed-Price contract with one base CLIN and seven options. Eligible firms must register in the DOD System for Award Management and submit their qualifications by May 12, 2025. The project involves rehabilitating disturbed boundary monuments and signage across 38,861 acres and requires firms to showcase their experience, qualifications, and capabilities in land surveying and mapping services. Key selection criteria include professional qualifications, specialized experience, past performance, capacity to perform the work, and geographical location. Interested firms must submit their qualifications via SF 330, adhering to specific format limits. This announcement underscores the AFB's commitment to maintaining property boundaries and ensuring qualified local firms are prioritized in the selection process.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Facilities Acquisitions for Restoration and Modernization (FARM) III
    Dept Of Defense
    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.
    A-E Topography and Photogrammetry Services
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Portland District, is seeking qualified small businesses to provide architect-engineering services for Topography and Photogrammetry. The procurement aims to fulfill a requirement for professional surveying services, including land surveying, topographic mapping, and specialized aerial and hydrographic surveys, under the supervision of a licensed Professional Land Surveyor. This initiative is crucial for supporting various engineering and real property projects, ensuring accurate data collection and analysis for infrastructure development. Interested firms must submit their qualifications and relevant project experience by January 5, 2026, at 3:00 PM Pacific Time, to David Cook and Alicia Evans via the provided email addresses.
    C--Land Surveying-Request for A-E Qualifications
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (USFWS) is seeking qualifications from small architect-engineering firms for land surveying services across all U.S. States and Territories. The procurement focuses on boundary, topographic, and water rights surveying, which includes tasks such as fieldwork, mapping, and drafting legal descriptions. This opportunity underscores the USFWS's commitment to engaging small businesses while ensuring compliance with federal procurement regulations. Interested firms must submit their qualifications using the SF-330 Package via email, and they must be registered with the System for Award Management (SAM) and licensed engineering firms. For further inquiries, firms can contact Cindy Salazar at CindySalazar@fws.gov or by phone at 503-872-2832. The call for submissions is open for 365 days.
    FY26 A&E IDIQ Scott AFB, IL
    Dept Of Defense
    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.
    Design New Lacquer Preparation Facility for RDX and HMX Production at Holston Army Ammunition Plant (HSAAP)
    Dept Of Defense
    The Department of Defense, through the Mission and Installation Contracting Command at Fort Drum, is seeking architect-engineer firms to provide design services for a new Lacquer Preparation Facility and Chemical Storage Tank Farm at the Holston Army Ammunition Plant in Kingsport, Tennessee. The objective of this procurement is to develop a 30% design package that will support the production of plastic bonded explosives (PBX), thereby expanding the Department of Defense's manufacturing capacity for energetic materials. This project is significant as it involves modernization and safety compliance in the production of RDX, HMX, and IMX, with a construction magnitude estimated between $100 million and $250 million. Interested firms must submit their qualifications, including a completed GSA Standard Form (SF) 330, by December 19, 2025, and can direct inquiries to Lyndsie Hall at lyndsie.j.hall.civ@army.mil or Milan Sanchez at alfredo.m.sanchez.civ@army.mil.
    Sources Sought Notice MFAES Korean Firms
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Huntsville Engineering and Support Center, is conducting market research to identify qualified Korean architect-engineer (A-E) firms capable of providing a range of services for medical facilities. The procurement aims to support the design, technical assistance, engineering surveys, facility planning, and construction phase services for medical and dental clinics, hospitals, and laboratories, primarily for the USACE Medical Center of Expertise & Standardization (MCX) and the Defense Health Agency (DHA). This opportunity is significant as it addresses the critical need for high-quality medical facility design and support services, with potential work extending to other overseas locations such as Belgium, Germany, the UK, Italy, and Japan. Interested firms must submit their qualifications and a detailed capabilities questionnaire by January 26, 2026, at 12:00 P.M. Central Time, and can contact Eddie Williams or Johnna Sebben for further information.
    Architectural & Engineering Services in Support of Real Property Planning, Programming & Management Support IV (Korean Firms Only)
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking responses from qualified Korean architect-engineer firms for Architectural & Engineering Services in support of Real Property Planning, Programming, and Management Support IV. The procurement aims to identify firms capable of providing a range of services, including facility assessment, master planning, economic analysis, and real property support for various U.S. military installations in the Republic of Korea, while explicitly excluding full design and construction services beyond 35% completion. Interested firms must be registered in the System for Award Management (SAM) and are required to submit their qualifications and responses to a Capabilities Questionnaire via email by 12:00 P.M. Central Time on December 19, 2025. For further inquiries, firms may contact Jasmine Kennedy at jasmine.m.kennedy@usace.army.mil or Lashonda Smith at lashonda.c.smith@usace.army.mil.
    A-E HYDROGRAPHIC MAPPING AND SURVEYING SERVICES
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE), Portland District, is seeking responses from small business firms for architect-engineering (A-E) services related to hydrographic mapping and surveying. The procurement aims to gather information on the capabilities and qualifications of interested parties to inform future solicitation strategies, with a focus on various hydrographic and geodetic services, including single transducer and multi-beam surveys, side-scan sonar, and environmental monitoring. This contract, anticipated to be advertised in April 2026, will be awarded in accordance with the Brooks A-E Act, and interested firms must submit their qualifications and relevant project examples by January 5, 2026, at 3:00 p.m. Pacific Time, to Kristel Flores and Alicia Evans via email. Firms must also be registered in the System for Award Management (SAM) to be eligible for consideration.
    Digitization of Historical Documents
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking vendors for a commercial service to digitize historical documents located at Arnold Air Force Base in Tennessee. The project entails organizing materials from two specific buildings, developing a disposition plan for redundant items, coordinating with the AEDC Historian's office, digitizing all files (including information from CDs), indexing the digitized files, and creating a user-friendly searchable database. This initiative is crucial for preserving Controlled Unclassified Information (CUI) and ensuring easy access for squadron personnel. Interested companies must submit their information, including their SAM UEI Number and budgetary estimates, by December 19, 2025, and will be invited to a virtual information exchange in January 2026. For further inquiries, contact Brooke Vandeman at brooke.vandeman@us.af.mil or Haley Smith at haley.smith.10@us.af.mil.
    Facilities Acquisitions for Restoration and Modernization (FARM) III
    Dept Of Defense
    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.