Sources Sought: A-E Services IDIQ USAFA
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 10th Contracting Squadron (10 CONS), USAF Academy (USAFA), is conducting a Sources Sought for market research to identify qualified firms for multi-disciplined Architect-Engineer (A-E) services. This notice seeks information from firms interested in providing A-E services for USAFA, Buckley AFB, F.E. Warren AFB, Peterson AFB, Schriever AFB, Cheyenne Mountain Air Force Station, and nine geographically separated units (GSUs). Responses are due by March 12, 2026, at 2:00 PM Mountain Time.
Scope of Work
The requirement is for comprehensive A-E services, including Title I (design, studies, surveys, preliminary and final construction drawings, technical specifications, cost estimates, and various engineering disciplines like architectural, electrical, mechanical, civil, structural, environmental, and specialized areas like sustainable design and LEED certification) and Title II (construction inspection, monitoring, evaluation, and contract modification preparation). Other A-E services involve developing design criteria, fact-finding studies, and environmental projects. The Project Manager must be a Registered Architect or Professional Engineer licensed in Colorado.
Contract & Timeline
- Type: Sources Sought / Market Research (for potential A-E IDIQ contracts)
- Anticipated Contract Structure: Five (5) A-E IDIQ contracts, each with a five (5) year base ordering period and up to five (5) one-year optional ordering periods.
- Anticipated Value: Total contract ceiling of $150 million per contract. Minimum guarantee of $100,000 per IDIQ.
- Set-Aside: The 10 CONS seeks input from all A-E firms, especially Small Businesses in the 8(a) program, HUB Zone, Service-Disabled Veteran-Owned Small Business (SDVOSB), and Woman Owned Small Business (WOSB). The Government reserves the right to determine an appropriate small business set-aside based on responses.
- Response Due: March 12, 2026, 2:00 PM Mountain Time
- Published: January 30, 2026
Response Requirements
Interested parties should provide:
- Company name, address, CAGE Code, UEI Code, NAICS codes (541310, 541330), POC, phone, email, and website.
- Small business status (e.g., SDVOSB, HUB Zone, 8(a), WOSB).
- Capability to provide all desired disciplines (in-house or team).
- Brief summary of experience with A-E services for military installations.
- Company's primary source of business (commercial/private or Government).
- Feedback on the draft statement of qualifications, ensuring it reflects industry standards and required licenses/certifications. Submissions are limited to 15 pages and must be sent via email.
Additional Notes
This is a Sources Sought Notice for market research only; it is not a formal solicitation, and proposals or SF 330s are not requested. Information provided is voluntary and at no cost to the Government. A formal solicitation may be posted later. Contractors must be registered in SAM prior to award.