Architectural and Engineering (A/E) Services at the FAA, William J. Hughes Technical Center, Atlantic City International Airport, New Jersey
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 Federal Aviation Administration (FAA) is soliciting proposals for Architectural and Engineering (A/E) Services at the William J. Hughes Technical Center in Atlantic City International Airport, New Jersey. This is an unrestricted competitive source selection for a Firm-Fixed-Price, Indefinite-Delivery/Indefinite-Quantity (ID/IQ) contract with a potential value of up to $13 million over five years. Proposals are due February 12, 2026.
Opportunity Overview
The FAA's William J. Hughes Technical Center requires multidisciplinary A/E services for various projects involving new construction, renovations, alterations, and modernizations of existing facilities. This procurement is conducted under AMS T3.8.2-18 'Architect-Engineer Services' and the Brooks Act. The Government intends to award one IDIQ contract to the most qualified firm.
Scope of Work
Services include, but are not limited to: architectural and engineering studies, master planning, design (preliminary, final, bidding documents), construction support (shop drawing reviews, site inspections), specialized consulting (geotechnical, blast resistance, forensic engineering), and facility management support (condition assessments, utility analysis). The A/E firm must be licensed to perform A/E work in New Jersey, and designs must be technically competent, accurate, and complete. Personnel qualifications are detailed, with specific experience and education requirements for roles like Project Manager, Senior Architect, and Senior Engineers.
Contract Details
- Contract Type: Firm-Fixed-Price, Indefinite-Delivery/Indefinite-Quantity (ID/IQ)
- Period of Performance: Five (5) years, inclusive of five (5) one-year ordering periods (60 months total)
- Maximum Ceiling: $13,000,000.00
- Minimum Ordering Obligation: $2,500.00
- NAICS Code: 541330 Engineering Services (Size Standard: $25.5 Million)
- Set-Aside: Unrestricted Competitive Source Selection
Submission & Evaluation
Proposals will be evaluated in two phases. Phase 1 includes Volume I (Technical) and Volume II (Past Performance). Phase 2 will involve Volume III (Price Proposal) for the three most qualified firms from Phase 1. Evaluation criteria, of equal importance, are Professional Qualifications, Specialized Experience, Capacity, Location, and Past Performance. Pricing will be evaluated for reasonableness.
Proposals must be submitted via email to david.andreoli@faa.gov by 2:00 PM Eastern Time on February 12, 2026. The email subject line must reference “692M15-26-R-00004 A/E [insert Offeror’s Name]”. Key personnel resumes are limited to two pages each for six key personnel (total 12 pages). Proof of application for NJ reciprocity is acceptable for licensure. All submissions must adhere to 8.5 x 11 page formatting. The requirement for "Teaming and Management Information" in SF330 Part I, Section H, should be disregarded. Offerors must be registered in SAM.
Key Dates
- Questions Due: January 28, 2026, 2:00 PM Eastern Time
- Proposal Due: February 12, 2026, 2:00 PM Eastern Time
Contact Information
- Primary Contact: David Andreoli, david.andreoli@faa.gov, (609) 485-5092