Guam/JRM AE 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 Department of the Air Force has issued a Presolicitation Notice for a Guam/JRM Architect-Engineer (A-E) Multiple Award Task Order Contract (MATOC) Indefinite Delivery Indefinite Quantity (IDIQ). This opportunity seeks A-E Title I and Title II services for Facility Sustainment, Restoration and Modernization (FSRM) and Military Construction (MILCON) projects, primarily at Andersen Air Force Base (AAFB), Guam, and within Joint Region Marianas (JRM). The contract has a $930 Million ceiling over a ten-year ordering period and is a Total Small Business Set-Aside with a HUBZone reserve.
Scope of Work
The MATOC will cover comprehensive A-E services, including:
- Title I Services: Engineering services for construction projects, field surveys, design data preparation, contract plans, specifications, cost estimates, Building Information Modeling (BIM), interior design, energy modeling, seismic retrofit design, planning, programming, project scoping, studies, evaluations, and conceptual design.
- Title II Services: Construction phase support, on-site construction inspection, quality assurance, oversight of facility and infrastructure construction/renovation, design reviews, construction schedule analysis, and material/environmental submittal reviews. Projects must be for Department of Defense (DoD) facilities, requiring climate-informed design and construction decisions.
Contract Details
- Contract Type: Multiple Award Task Order Contract (MATOC) Indefinite Delivery Indefinite Quantity (IDIQ).
- Estimated Value: $930,000,000 total contract ceiling, shared among awardees.
- Period of Performance: Ten years, consisting of one three-year base period, one three-year option period, and two two-year option periods.
- Set-Aside: Total Small Business Set-Aside with a reserve for two (2) HUBZone firms.
- NAICS Code: 541330, with a size standard of $25,500,000.
- Place of Performance: Primarily Andersen Air Force Base (AAFB), Guam, and other locations within Joint Region Marianas (JRM).
- Task Order Limitations: Minimum of $2,500 and maximum of $10,000,000 per task order.
Submission & Evaluation
- Submission Requirement: SF330, Architect-Engineer Qualifications.
- Evaluation Criteria: Selection is based on the "Most Highly Qualified" (MHQ) firm, considering:
- Specialized Experience and Technical Competence
- Professional Qualifications
- Knowledge/Experience of the Locality (specifically Guam, JRM, or saltwater environments within 30 degrees North and 30 degrees South latitude)
- Capacity to Accomplish the Work (Acceptable/Unacceptable)
- Past Performance (Acceptable/Unacceptable)
- Key Personnel: Specific roles like Lead Project Manager, Lead Architect, and various Lead Engineers are required with defined qualifications.
- Eligibility: Firms must be certified as a Small Business for NAICS 541330 and registered in SAM. Joint Ventures are considered PRIME Contractors.
Important Dates & Actions
- Questions Due: 1400 CST on December 15, 2025. Submit questions via email to Samuel Mendez (samuel.mendez@us.af.mil) and secondary POCs Jean Stevens (jean.stevens.1@us.af.mil) and Joyce Cavin (joyce.cavin@us.af.mil), including company name, CAGE code, and Attachment 1 QnA.
- Anticipated Official Synopsis Posting: December 24, 2025.
- Final SF330 Submission Deadline: January 30, 2026.
Additional Notes
This is a pre-solicitation notice for planning purposes only and is not a request for proposals. The Government makes no guarantee as to the total amount of services required.