647 CES Architect and Engineer Services
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of the Air Force, specifically FA5215 766 ESS PKP, is conducting market research via a Sources Sought notice to identify qualified Architect-Engineer (A-E) firms for professional design services at Joint Base Pearl Harbor-Hickam (JBPHH), Hawaii. This is not a solicitation but aims to assess industry capabilities for upcoming renovation projects. Responses are due May 1, 2026.
Scope of Work
The A-E services will involve providing 100% construction design documents for two primary renovation projects:
- Joint Mission Planning Facility (JMPC) Renovation (Building 2155H): This project requires design for the modernization of approximately 21,672 gross square feet. Key elements include a ~3,000 sq ft Sensitive Compartmented Information Facility (SCIF) compliant with ICD/ICS 705, roof replacement, exterior envelope upgrades, interior demolition and finishes, sound attenuation, and comprehensive system upgrades (mechanical, plumbing, electrical, fire protection, telecommunications). Design must address seismic evaluation, marine environment corrosion, and energy efficiency.
- Ni-CAD Battery Shop Renovation (Building 2131H, Room 128): This project involves design for the renovation of approximately 671 square feet to create a functional and safe facility for battery maintenance and charging operations. Specific requirements include dedicated HVAC with high air changes, interlocks for ventilation and charging equipment, hydrogen detection, acid/alkaline resistant sink, emergency eyewash/shower, new electrical distribution, and fire protection modifications. A hazardous area classification assessment is also required.
General deliverables for both projects include coordinated design submittals (65%, 95%, 100%), drawings, specifications, Basis of Design narratives, engineering calculations, and detailed cost estimates.
Contract & Timeline
- Opportunity Type: Sources Sought (Market Research)
- Anticipated Contract Type: Firm Fixed Price (for future solicitation)
- Set-Aside: Anticipated Small Business
- Response Due: May 1, 2026, 1200 HST
- Published Date: April 3, 2026
Submission & Evaluation
Interested firms must submit qualifications electronically, including:
- SF 330, Part II (and Part I if applicable).
- A concise Capability Statement addressing professional qualifications, specialized experience (DoD renovation design, SCIFs, hazardous ventilation, complex MEP, UFC compliance), capacity, past performance, and local knowledge of Hawaii/JBPHH conditions.
- Business information (firm name, UEI, CAGE Code, size, socioeconomic status, Point of Contact).
Responses will be used by the Government to assess the availability of qualified firms and to help determine the appropriate acquisition strategy. Firms must demonstrate a minimum of 5 years of DoD design experience and licensed professionals in Hawaii.
Additional Notes
This notice is for market research purposes only and does not constitute a solicitation or a request for price proposals. The government will not reimburse costs associated with response preparation or submission.