Multiple Award Task Order Contract for Architect-Engineering (A-E) Services for FSRM and MILCON Title I and Title II projects at Andersen AFB (AE25GUAM)
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, specifically the AFICC/772nd Enterprise Sourcing Squadron (772 ESS), in conjunction with the Air Force Civil Engineer Center (AFCEC), is soliciting Architect-Engineer (A-E) Services for Facility Sustainment, Restoration and Modernization (FSRM) and Military Construction (MILCON) Title I and Title II projects. This is a Total Small Business Set-Aside with a HUBZone reserve for two firms. The primary locations are Andersen Air Force Base (AAFB), Guam, and Naval Base Guam, as well as other sites within Joint Region Marianas (JRM). The Government anticipates awarding a Multiple Award Task Order Contract (MATOC) Indefinite Delivery Indefinite Quantity (IDIQ) with a shared ceiling of $930 million. SF330 submissions are due March 2, 2026, by 2:00 PM Central Standard Time.
Scope of Work
This opportunity seeks A-E services for FSRM and MILCON Title I and Title II projects. These services will support planning and design efforts primarily at Andersen AFB and Naval Base Guam, extending to other locations within Joint Region Marianas.
Contract Details
- Contract Type: IDIQ Multiple Award Task Order Contract (MATOC)
- Total Ceiling: $930,000,000 (shared among all contract holders)
- Anticipated Awards: Approximately six (6) Small Business firms (Government reserves the right to award more, fewer, or none)
- Task Order Limits: Minimum $2,500, maximum $50,000,000 (subject to FAR 52.216-19)
- Ordering Period: Ten years, structured as one 3-year base period, one 3-year option period, and two 2-year option periods.
- Pricing: Firm Fixed Price (FFP) negotiated task orders.
Set-Aside & Eligibility
- Set-Aside: Total Small Business Set-Aside with a HUBZone reserve for two (2) firms.
- NAICS Code: 541330 (Architectural Services)
- Size Standard: $25,500,000
- Requirement: Firms must be certified as a Small Business for NAICS 541330.
Submission & Deadline
- Submission Type: SF330, Architect-Engineer Qualifications
- Submission Method: Via Procurement Integrated Enterprise Environment (PIEE)
- Due Date: March 2, 2026, by 2:00 PM Central Standard Time. Offerors are responsible for confirming receipt.
Additional Notes
This opportunity was previously published under notice IDs FA8903-24-R-099, FA8903-GUAM-AE-IDIQ, and FA8903-GUAM-JRM. The current official notice ID is FA8903-26-R-0014. Primary Contact: Samuel Mendez, Contracting Officer (samuel.mendez@us.af.mil) Secondary Contact: Jean Stevens, Contract Specialist (jean.stevens.1@us.af.mil)