Multiple Award Task Order Contract for Resilient Architect-Engineer Services (RAES)
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 U.S. Air Force is preparing to issue a Multiple Award Task Order Contract (MATOC) for Resilient Architect-Engineer (A-E) Services (RAES). This pre-solicitation notice outlines the intent to establish a $3.4 Billion IDIQ contract with a 10-year ordering period (one 5-year base, one 5-year option). The opportunity is designated as a Partial Small Business Set-Aside, including a Woman-Owned Small Business (WOSB) reserve under NAICS 541330 ($25.5M size standard). The official synopsis is now expected to be posted between January 30, 2026, and February 5, 2026, with SF330 submissions due 30 days after its issuance.
Scope of Work
The contract will cover A-E Title I (Design) and Title II (Construction Support) services for Facilities Sustainment, Restoration & Modernization (FSRM) and Military Construction (MILCON) projects. Services include investigations, plans, specifications, BIM, construction supervision, quality assurance, and submittal reviews, with a strong focus on facility resilience capabilities.
Contract Details
- Contract Type: IDIQ MATOC with Firm Fixed Price (FFP) negotiated task orders.
- Estimated Value: Total contract ceiling of $3.4 Billion shared among awardees.
- Period of Performance: One (1) five-year base period with one (1) five-year option period (total 10 years).
- Task Order Limitations: Minimum of $2,500 and maximum of $10,000,000.
- Place of Performance: All states within the United States and outlying territories.
Set-Aside & Eligibility
- Set-Aside: Partial Small Business Set-Aside, with a WOSB reserve for one firm.
- NAICS: 541330 (Engineering Services) with a $25.5 million size standard.
- Awardee Pools: Anticipated to include approximately six (6) Other-than-Small Business firms in an Unrestricted Pool and five (5) Small Business firms in a Small Business Pool (including the WOSB).
- Task Order Set-Asides: Specific task orders will be set aside for Small Businesses, including NON-MILCON Title I Designs under $5M construction cost, NON-MILCON Studies under $500K A-E fee, and MILCON-Funded A-E Services under $1M A-E fee.
Submission & Evaluation
- Submission: SF330 submissions will be required via PIEE.
- Evaluation Criteria: Firms will be selected as Most Highly Qualified (MHQ) based on Specialized Experience and Technical Competence, Professional Qualifications, Past Performance, Capacity to Accomplish the Work, and Knowledge of the Locality.
Key Dates & Actions
- Official Synopsis Expected: Between January 30, 2026, and February 5, 2026.
- SF330 Submission Deadline: 30 days after issuance of the official synopsis.
- Virtual Industry Day: Completed on December 16, 2025.
Additional Notes
This notice is for planning purposes only and is not a request for proposals or SF330s. Firms must be registered in SAM.gov. Joint Ventures are considered PRIME contractors, and specific rules apply to Mentor-Protégé arrangements. On-Ramping opportunities may become available during contract performance.