Davis-Monthan Air Force Base Architectural Engineering (A&E) IDIQ
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 United States Air Force (USAF) is conducting a Sources Sought to identify potential small business sources for an Architectural and Engineering (A&E) Indefinite Delivery-Indefinite Quantity (IDIQ) contract. This IDIQ will support Davis-Monthan Air Force Base's Facilities Sustainment, Restoration and Modernization (FSRM) program and other essential support areas, primarily in the greater Tucson and Phoenix areas. The estimated IDIQ value is approximately $9,999,999.00. Responses are due by April 16, 2026, at 4:00 PM ARIZONA TIME.
Opportunity Details
- Opportunity Type: Sources Sought (for planning purposes only)
- NAICS Code: 541330, "Engineering Services"
- Small Business Size Standard: $25.5 Million
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- Estimated IDIQ Value: $9,999,999.00
- Place of Performance: Tucson, AZ (Davis-Monthan AFB and surrounding areas)
Scope of Work
The A&E services will be provided under a basic contract and individual Task Orders (TOs), requiring contractors with experience in managing multiple task orders simultaneously. Services include:
- Planning Services: Infrastructure and installation planning, programming, base capacity analysis, comprehensive planning, land use planning, sustainable planning, transportation planning, and energy studies.
- Traditional Services (SRM): Title I services (investigation, design, and complete construction documents) and Title II services (inspection and documentation of construction).
- Other Services: Meetings, teleconferences, digital imaging, project administrative record management, graphics support, publication development, comprehensive interior design, technical investigations, cost estimates, and Operations and Maintenance (O&M) plans.
Contractors must hold all applicable licenses, permits, and registrations, and ensure subcontractors do the same. Compliance with federal, state, and local regulations, including UFC, OSHA, and environmental guidelines, is mandatory. Geospatial data must adhere to SDSFIE standards.
Submission Requirements
Responses are limited to 4 pages and must include:
- Contractor's name, address, point of contact, phone, e-mail, CAGE, DUNS, and website.
- Small Business status (e.g., SDVOSB, EDWOSB, WOSB, HUBZone).
- Statement of Capability with company overview and relevant project experience.
- Percentage of work to be self-performed, in accordance with FAR 52.219-14, Limitations on Subcontracting.
Key Dates & Contacts
- Response Due Date: April 16, 2026, 4:00 PM ARIZONA TIME
- Published Date: April 13, 2026
- Contracting Specialist: Mr. Jeffrey L. Sorensen (jeffrey.sorensen.8@us.af.mil)
- Contracting Officer: Mr. Joshua Drawdy (joshua.drawdy.2@us.af.mil)
This notice is for planning purposes only; the USAF does not intend to award a contract based on this notice. Telephone calls will not be accepted.