Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 05, 2025 SAM #8775
SOLICITATION NOTICE

C -- FY26 A&E IDIQ Scott AFB, IL

Notice Date
12/3/2025 12:01:21 PM
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
FA4407 375 CONS LGC SCOTT AFB IL 62225-5015 USA
 
ZIP Code
62225-5015
 
Solicitation Number
FA4407-25-R-AESVS
 
Response Due
1/6/2026 1:00:00 PM
 
Archive Date
01/06/2026
 
Point of Contact
Christa Wooten, Phone: 6182569265, Fawne E. Lee, Phone: 6182569297
 
E-Mail Address
christa.wooten@us.af.mil, fawne.lee@us.af.mil
(christa.wooten@us.af.mil, fawne.lee@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Notice of Intent to Contract Architect-Engineer Services Scott AFB, IL 1. GENERAL: SUBMIT ALL INFORMATION ON STANDARD FORM (SF) 330, ARCHITECT-ENGINEER QUALIFICATIONS, PARTS I and II. SF 254's AND SF 255's WILL NOT BE CONSIDERED. The Department of the Air Force, Scott Air Force Base, Illinois is planning to contract Architect-Engineer (A-E) firms to perform Title I and Title II services by awarding Indefinite Delivery, Indefinite Quantity (IDIQ) contracts to up to five (5) A-E firms. Each proposed contract shall not exceed one (1) base year plus four (4) option periods (if exercised) These contracts are for multi-discipline A-E services to administer, coordinate, and technically support the Base Civil Engineer's real property and construction programs of interest to the government. Contracts will be set aside for Small Business and awarded to the most highly qualified firms according to FAR 36.602-1. The small business size standard classification is NAICS 541330 ($25.5M). There is a $1.5M limit for individual task orders and a $2.4 million ceiling per IDIQ contract. A minimum fee of $500 will be guaranteed for the base year with no minimum fee for any option year. The Government makes no representation as to the number of task orders or the actual amount of work to be ordered. Contractors are not guaranteed work in excess of the minimum guarantee. The estimated start date for projects under this contract is April 2026. Task orders under these contracts will be negotiated as Firm-Fixed Price (FFP). All contractors are advised that registration in System for Award Management (SAM) Database is required prior to award of a contract. Failure to register with the SAM Database will render your firm ineligible for award as a contract cannot be awarded to a contractor not registered in the SAM. For the purposes of awarding a contract, a firm that is a JV must be registered in the SAM as a JV. For more information, check the SAM Web site: https://www.sam.gov. In accordance with FAR 36.601-4(b) the AE firm must be a registered/licensed architectural and/or engineering firm in the State of Illinois to be eligible for award. Provide proof that firm is permitted by law to practice the professions of architecture or engineering. Failure to submit the required proof will result in a firm�s elimination from consideration. 2. ANTICIPATED GENERAL SCOPE OF SERVICES. Task orders will be for A-E Services for Design and Engineering-related Title I and Title II Services. 2.1. Title I Services: Services may include services related to a specific construction project and consist of conducting field surveys and investigations to obtain design data and preparing contract plans, specifications, cost estimates, and estimated construction periods of performance. Title I services may include all aspects of design such as preparation and/or review of contract plans, specifications, design analyses, calculations, scheduling, cost estimates, Building Information Modeling (BIM), design-build conceptual designs, interior design for furniture and equipment, energy modeling and Life Cycle Cost Analyses, seismic retrofit design, building commissioning services and preparation of operating and design manuals. Title I efforts also encompass Other A-E services required to support and develop design work, including planning and programming, seismic assessments, program management, project scoping, studies, investigations, evaluations, consultations, interior facility functional/relational offices compatibility studies, value engineering, topographic survey services, geotechnical services, and hazardous materials assessments. 2.2 Title II Services: Services may include services related to a specific construction project and consist of supervision and inspection of construction. Title II services may include all aspects of construction quality assurance and oversight of facility and infrastructure construction/ renovation projects and may include oversight of incidental environmental projects associated with primary requirements. Title II Services include construction phase credentialed architectural and engineering support services that encompass a full range of disciplinary expertise and services to include on-site construction oversight assistance, design reviews, quality assurance inspections, adherence to applicable specifications, construction schedule analysis, material submittal reviews, claim reviews, and other standard construction submittal reviews. 3. EVALUATION CRITERIA: Evaluation and selection will be made to the most highly qualified firm based upon evaluation of the selection criteria stated herein. Failure to comply with instructions, provide complete information, provide requested data, inaccessible points of contact, or invalid phone numbers may affect the firm�s evaluation or disqualify the firm from further consideration. The Selection Board will evaluate firms in terms of the selection criteria, so it is very important to describe your firm's qualification for each criteria element. For purposes of evaluating selection criteria, the use of the term �firm� means the entity/entities listed on the SF330, Part I, Section C (proposed team) identified as a prime, JV partner, or subcontractor. Company brochures, pamphlets, or other presentations are not desired and shall not be evaluated. The selection criteria are listed below in descending order of importance (first by major criterion and then by subcriterion, where applicable). Selection criteria (3.1) through (3.3) are considered primary selection criteria; criteria (3.4) and (3.5) are considered secondary and will be used as �tie-breakers� among firms which are considered technically equal. Specific selection criteria include: 3.1 Professional Qualifications: The proposed team�s key personnel listed in Section E of Part I of the SF330 shall be the personnel who will be involved in the day-to-day accomplishment of task orders under this contract. Include, as a minimum, personnel qualified in the areas identified in paragraph 2, above. It is required the team include registered architectural and engineering personnel with experience in the following disciplines: Architectural, Interior Design, Landscape Architect, Civil, Structural, Mechanical, Electrical, Land Surveying, Geotechnical (Soils Engineer), Fire Protection (QFPE) and Environmental. The team, proposed in Part I, Section C of the SF330 must demonstrate experience with environmental laws, local construction codes, permits, practices, safety requirements and construction materials within the State of Illinois. Firms should demonstrate capability to provide continuity of services and ability to meet unexpected project demands. Submit all key personnel resumes as supporting documentation to the SF 330. 3.2 Specialized Experience and Technical Competence: Provide projects demonstrating specialized experience of the proposed firm/team in provision of the services noted above. The projects shall have been completed within five (5) years immediately preceding the date of issuance of this notice. Project point of contact and sufficient information to determine the date of completion of the project must be included in the project description or the project will not be considered. Projects that are currently ongoing and/or have not been completed will be excluded from evaluation consideration. Information provided on SF330, Part I should include example projects relevant to this contract, as stated in para 2.1, Title I above. Examples should show how key personnel provided specialized experience in each project and the role provided. 3.3 Past Performance: Clearly demonstrate how the team's project management strategies resulted in meeting mission requirements or project goals, controlling costs and schedules, and ensuring quality. Describe any challenges encountered, the specific tasks involved in addressing them, and the strategies employed for resolution. Submissions must demonstrate the firm's proven experience and capacity to successfully execute the required scope of services within the past five (5) years. Evaluating past performance and experience will include information provided in CPARS and may include customer inquiries, Government databases, and other information available to the Government including contacts with points of contact in other criteria. Selection Board members may contact references for further evaluation. Firms may provide any information on problems encountered and the corrective actions taken on projects submitted under Criterion 3.2 Specialized Experience. Firms may also address any adverse past performance issues. 3.4 Capacity for Timely Accomplishment of Work: Describe your firm's resources and expertise within each relevant technical and professional discipline to ensure successful contract execution. Articulate the strategies your firm employs to effectively manage surge or urgent workload demands. Detail any innovative design or management solutions implemented to mitigate schedule constraints, including the development and evaluation of diverse conceptual approaches and alternative strategies. 3.5 Geographic Location: To minimize reimbursable travel expenses associated with design-related site visits, selected firms must be located within a 125-mile radius of Scott Air Force Base, Illinois. Office space on Scott AFB will not be provided by the government. Firms must indicate their capability to comply with the area of consideration required as part of their response to this acquisition. To confirm the firm's stated office location, the Government reserves the right to conduct site visits to the address listed. 4. PACKAGE REQUIREMENTS: Evaluation criteria as outlined in paragraph three, above, will be used in conjunction with Standard Form 330, Architect-Engineer Qualifications, Part I and II. A separate Part II, for each branch office that has a key role on the team, must be provided. Response packages (SF330) will be sent electronically to the individuals listed in paragraph four (4). Total package shall not exceed 75 pages (Resumes will not count towards page limit), Times New Roman 12-point font. Package content beyond 75 pages will not be reviewed. To be considered, Architect-Engineer firms having the capability for this proposed work must submit all required documentation, including Standard Form 330, Parts I and II and cover letter of interest to: christa.wooten@us.af.mil and fawne.lee@us.af.mil by 3:00 p.m., CST on 6 January 2026. For large files, please submit a request for DOD Safe drop off through the email addresses provided above. All inquiries of this announcement should be made in writing to Ms. Christa Wooten at e-mail christa.wooten@us.af.mil. Inquiries concerning this project should include solicitation number and title. Inquiries received after 17 December 2025 will not be considered. No telephone inquiries will be accepted. This is not a Request for Proposal. Following an initial evaluation of the qualification and performance data submitted, firms considered to be the most highly qualified to provide the type of service required will receive a Request for Proposal. Selection of firms for negotiations shall be based on the demonstrated competence and qualifications specified in the selection criteria noted above and considered necessary for the satisfactory performance of the type of professional services required.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/f841693cd5064c24b6f68980e23815c8/view)
 
Place of Performance
Address: Scott Air Force Base, IL 62225, USA
Zip Code: 62225
Country: USA
 
Record
SN07656126-F 20251205/251203230033 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.