Synopsis

SOL #: FA8903-26-R-0011Special Notice

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Air Force
FA8903 772 ESS PK
JBSA LACKLAND, TX, 78236-9861, United States

Place of Performance

Place of performance not available

NAICS

Engineering Services (541330)

PSC

Architect Engineer Services (Including Landscaping, Interior Layout, And Designing) (C211)

Set Aside

Partial Small Business Set-Aside (FAR 19.5) (SBP)

Timeline

1
Posted
Feb 25, 2026
2
Last Updated
Feb 26, 2026
3
Action Date
Mar 27, 2026, 9:55 PM

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 (DAF), through the Air Force Installation Contracting Center (AFICC)/772nd Enterprise Sourcing Squadron (772 ESS), is seeking Architect-Engineer (A-E) firms for a Multiple Award Task Order Contract (MATOC) for Resilient A-E Services (RAES). This opportunity, with a total contract ceiling of $3.4 billion, supports Facility Sustainment, Restoration and Modernization (FSRM) and MILCON Title I and Title II projects worldwide. This is a Partial Small Business Set-Aside, including an Unrestricted (UNR) Pool and a Small Business (SB) Pool with a Woman-Owned Small Business (WOSB) Reserve. SF330 submissions are due by March 27, 2026, at 4:00 PM Central Daylight Time.

Scope of Work

Contracted A-E firms will provide services focused on mission resilience for FSRM and MILCON Title I and Title II projects at various locations globally. The services fall under NAICS Code 541330 (Engineering Services) with a size standard of $25.5 million, and PSC/FSC Code C211 (Architect and Engineering Services).

Contract Details

  • Type: Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC)
  • Ceiling: $3.4 billion, shared among all contract holders
  • Set-Aside: Partial Small Business Set-Aside (FAR 19.5), comprising:
    • Unrestricted (UNR) Pool: Anticipates approximately six (6) awards to Other-than-Small Business firms.
    • Small Business (SB) Pool: Anticipates approximately five (5) awards to Small Business firms, including one (1) reserved for a Woman-Owned Small Business (WOSB).
  • Contracting Office: FA8903 - 772 ESS, Joint Base San Antonio – Lackland, TX.

Key Dates & Submission

  • Questions Due: March 11, 2026, by 5:00 PM Central Daylight Time. Submit using "Attachment 1 - QnA Excel Template" to the listed Contracting POCs.
  • SF330 Submissions Due: March 27, 2026, by 4:00 PM Central Daylight Time.
  • Submission Method: SF330s must be submitted via the Procurement Integrated Enterprise Environment (PIEE). Instructions are available via a provided link.

Evaluation

The Government may perform a comparative evaluation to select the best-suited contractor providing the best value, considering the evaluation factors outlined in the solicitation.

Contact Information

Attachments

  • RAES Final Synopsis_20260218 dated 24 February 2026 (17 Pages)
  • RAES Draft SOW dated 24 February 2026 (11 Pages)
  • Attachment 1 – QnA Excel Template

People

Points of Contact

Samuel L. Mendez IIPRIMARY
Monica GallegosSECONDARY

Files

Files

View
View
View
View

Versions

Version 2
Special Notice
Posted: Feb 26, 2026
View
Version 1Viewing
Special Notice
Posted: Feb 25, 2026
RAES Synopsis | GovScope