Sources Sought - A&E Services Scott 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 126th Air Refueling Wing (ARW) at Scott Air Force Base, IL, is conducting a Sources Sought for market research to identify qualified firms for multi-disciplined Architect-Engineer (A-E) services. This notice aims to gather information from interested firms, particularly small businesses, to support the Air National Guard across Illinois. The government anticipates a Single Award Task Order Contract (SATOC) with a potential value of up to $20 million over a five-year ordering period. Responses are due by March 5, 2026, at 1:00 PM CST.
Scope of Work
The A-E services encompass comprehensive design and construction oversight for Sustainment, Repair, Modernization (SRM), and Military Construction (MILCON) programs. Key services include:
- Type I Services: Field/subsurface investigations, studies, surveys, project design analysis, preparation of preliminary and final construction drawings, technical specifications, Comprehensive Interior Design (UFC 3-120-10), and construction cost/time estimates. Disciplines may include architectural, electrical, mechanical, civil, structural, fire suppression, environmental engineering, and more.
- Type II Services: Construction inspection, monitoring, evaluation for conformance to plans, review of submittals and shop drawings, and preparation of contract modifications.
- Other A-E Services: Developing design criteria, fact-finding studies, surveys, investigations, and environmental projects requiring registered architects or engineers. A Project Manager must be a Registered Architect or Professional Engineer licensed in Illinois.
Contract & Timeline
- Type: Sources Sought (Market Research)
- Anticipated Contract Type: Single Award Task Order Contract (SATOC)
- Anticipated Duration: Five-year ordering period
- Anticipated Ceiling: $20,000,000
- Minimum Guarantee: $10,000
- Set-Aside: To be determined based on market research responses. Small businesses are highly encouraged to respond.
- Response Due: March 5, 2026, 1:00 PM CST
- Published: February 19, 2026
Submission Requirements
Interested firms should provide:
- Company details (name, address, CAGE, UEI, NAICS, POC, contact info, website).
- Small business status.
- Capability to provide all desired disciplines (in-house or team).
- Summary of A-E experience on military installations.
- Primary source of business (commercial/government).
- Feedback on the draft statement of qualifications regarding industry standards and required licenses/certifications. Submissions are limited to 15 pages and must be sent electronically to 126.ARW.MSC@us.af.mil.
Additional Notes
This is a market research notice only and not a solicitation. The government is not obligated to issue a solicitation or award a contract. Responses will inform the acquisition strategy, including potential small business set-aside determinations. Firms must be registered in SAM prior to any potential award.