MACC Sources Sought - Dyess 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 7th Contracting Squadron, Dyess AFB, TX, is conducting a Sources Sought to identify qualified small businesses for a Multiple Award Construction Contract (MACC). This IDIQ contract will cover design-build construction projects at Dyess AFB, TX. Responses are due by February 5, 2026.
Purpose & Overview
This Sources Sought is for market research purposes only, issued by the 7th Contracting Squadron, Dyess AFB, TX. The government aims to determine the appropriate level of competition for a future Multiple Award Construction Contract (MACC) Indefinite-Delivery Indefinite-Quantity (IDIQ). They are specifically seeking capabilities from businesses classified as Small, 8(a), Woman Owned Small Business (WOSB), Veteran Owned Small Business (VOSB), Service-Disabled Veteran Owned Small Business (SDVOSB), or Historically Underutilized Business Zone (HUBZone). This notice does not obligate the government to award a subsequent contract.
Key Requirements / Deliverables
The MACC will be an Indefinite-Delivery Indefinite-Quantity (IDIQ) contract for design-build construction projects, awarded via individual task orders. Projects are expected to be complex, requiring multiple trades, and may involve detailed engineering design by registered/licensed Engineers and Architects. Task orders will encompass a broad range of maintenance, repair, and construction, utilizing either a design-build or build process. Contractors must possess in-house design capability or ready access to design capability for projects involving alteration and repair to existing infrastructure.
Contract Details
- Contract Type: Indefinite-Delivery Indefinite-Quantity (IDIQ)
- Ceiling Value: Not to exceed $150,000,000 over a five-year ordering period.
- Magnitude per Task Order: $1,000,000.00 to $5,000,000.00.
- Performance Location: Dyess AFB, Texas.
- Bonding: Prime Contractors must be capable of securing bonding up to the amount of the task order.
- NAICS Code: 236220, with a size standard of $36.5M.
Submission & Evaluation
Responses are required no later than February 5, 2026, at 12:00 PM CST. Submissions should be sent to SrA Sydney Fontenot at sydney.fontenot@us.af.mil and A1C Caden Trujillo at caden.trujillo@us.af.mil. Contractors must be registered in the System for Award Management (SAM) database (www.sam.gov). Required information includes:
- Company Information (Name, Address, POC, Size, Employees, Years in Business, statement of intent to propose).
- Socio-economic Status (Small Business, HUBZone, 8(a), SDVOSB) with documentation.
- Bonding capacity per contract and aggregate.
- UEI Number or CAGE Code.
Eligibility / Set-Aside
This Sources Sought is specifically targeting businesses classified as Small, 8(a), Woman Owned Small Business (WOSB), Veteran Owned Small Business (VOSB), Service-Disabled Veteran Owned Small Business (SDVOSB), or Historically Underutilized Business Zone (HUBZone). Prime contractors must be US-owned entities.
Notes
This Sources Sought is for market research and planning purposes only to determine if responsible sources exist in accordance with FAR 10.002. The government does not intend to make an award based on responses to this notice.