Architect-Engineer (A-E) Services for Offutt AFB
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, 55th Wing at Offutt AFB, is conducting market research via a Sources Sought notice for Architect-Engineer (A-E) Services. This effort aims to identify qualified firms for potential Single-Award Task-Order Contracts (SATOCs) to support construction projects on Offutt AFB and in eastern Nebraska. This is a Total Small Business Set-Aside. Capabilities statements are due March 6, 2026.
Purpose
This notice serves as market research to:
- Identify potential sources capable of meeting A-E service requirements.
- Gather industry feedback on the proposed acquisition strategy.
- Allow interested industry partners to express interest in this potential procurement.
Project Overview
The Government anticipates awarding up to five (5) SATOCs, each with a projected total ordering capacity of $49,000,000. The anticipated award date is September 2026. Work will involve design and investigation for construction projects at Offutt AFB and off-site facilities in eastern Nebraska.
Services required include a broad range of A-E disciplines such as:
- Architectural, Blast Protection, Civil, Communications, Electrical, Environmental, Fire Protection, Interior Design, Mechanical, RF Shielding, and Structural Engineering.
Scope of Services
Firms must be familiar with Offutt AFB facility design standards, antiterrorism (ATFP) requirements, CAD standards, and applicable government codes. The scope includes:
- Title I (Type A) - Investigation & Analysis: Studies, reports, design/constructability reviews, peer reviews, surveys, and cost estimates.
- Title I (Type B) - Design: Programming, comprehensive planning, area development, and design for new facilities, renovations, repairs, and maintenance. Deliverables may include conceptual sketches, final construction drawings, BIM/GIS files, and engineering studies.
Submission Requirements
Interested vendors must submit a single PDF Capabilities Statement via email by March 6, 2026, at 4:00 PM Local Time. The subject line must be "FA4600_A-E_2026". The statement should include:
- Company Information: Name, address, CAGE code, UEI number, and primary point of contact.
- Relevant Experience: A completed Experience/Capability Worksheet detailing similar projects from the last ten years, including scope, value, and role (prime/subcontractor). Experience in environmental studies, demolition design, structural investigations, and construction supervision is relevant.
- Acquisition Feedback: Any constraints or considerations for acquisition planning and contract execution.
Eligibility & Notes
Companies must have an active registration in the System for Award Management (SAM) at sam.gov to be eligible for contract award. This is a Sources Sought notice for market research only and does not commit the government to issuing a solicitation or awarding a contract. Submissions will be held in strict confidence, and no feedback will be provided. Questions should be directed to Blaine Terry (blaine.terry.2@us.af.mil) and Cassandra Janousek (cassandra.janousek@us.af.mil).