Market Survey - Environmental Architectural/Engineering Services - Mike Monroney Aeronautical Center
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 conducting a Market Survey to identify qualified firms for Environmental Architectural and Engineering (A&E) Services at the Mike Monroney Aeronautical Center (MMAC) in Oklahoma City, OK. This market research will inform acquisition planning for a potential Single Award Indefinite Delivery/Indefinite Quantity (IDIQ) contract. Responses are due April 1, 2026.
Purpose
The FAA seeks statements of interest and capabilities to review current market data, assist with acquisition planning, and determine the extent of potential set-asides for Small Businesses (SB), Socially and Economically Disadvantaged Small Businesses (SDB/SEDB), 8(a), Service Disabled Veteran-Owned Small Businesses (SDVO), and Women-Owned Small Businesses (WOSB).
Scope of Work
The requirement covers comprehensive Environmental A&E services, including:
- Field investigations and laboratory analysis.
- Production of plans, specifications, studies, calculations, and estimates.
- Field sampling (groundwater, soil, sediment, surface water, air).
- Spill prevention, containment, and counter-measure plans.
- Noise evaluations, industrial wastewater pretreatment, and air quality assessments.
- Environmental Impact Statements (EIS) and Environmental Assessments (EA) under NEPA.
- Environmental Site Assessments (ESA) under CERCLA.
- Hazardous material storage and handling.
- Groundwater assessments, well installation, plugging, and abandonment.
- SARA Title III program and PCB abatement.
- Pollution prevention opportunity assessments.
- Remediation of air, soil, sediment, groundwater, and/or surface water contamination.
- Addressing environmental contaminants of emerging concern, including PFAS.
- Vapor intrusion surveys, investigations, and mitigation.
- Fuel storage tank management, specifications, and drawings.
The DRAFT Statement of Work further categorizes services into:
- Type A: Field surveys and investigations for preliminary design data, including program requirements, feasibility, drawings, cost estimates, subsurface investigations, and various architectural/engineering studies.
- Type B: Provision of construction documents for competitive bidding and associated construction administration, including field visits, construction drawings, cost estimates, and design analysis.
Contract & Timeline
- Type: Sources Sought (for a potential Single Award IDIQ, Time and Materials, 5-year ordering period).
- NAICS: 541620 Environmental Consulting Services (Size Standard: $19.0 Million).
- Set-Aside: To be determined based on market research.
- Response Due: April 1, 2026, by 4:00 p.m. Central (Oklahoma) Time.
- Published: March 18, 2026.
Submission Requirements
Interested firms must provide:
- Company Information: Name, address, point of contact (name, title, phone, email), size of business, and any participating socioeconomic programs (e.g., 8(a), SDVO).
- Capability Statement: Identify type of services provided, size and type of services on previous contracts, number of years in business, and clearly state ability to provide Type A and Type B services as specified in the attached DRAFT Statement of Work.
Submissions, including attachments, should be sent electronically to Caridad.Daniel@faa.gov with the subject line "MARKET SURVEY RESPONSE: Environmental A&E Services IDIQ." Mark all proprietary documents accordingly.
Important Notes
This market survey is for planning purposes only and is not a Request for Proposal (RFP). The FAA is not obligated to acquire these services, and no payment will be made for submitted responses.