TSA Architect-Engineering Services
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 Transportation Security Administration (TSA) is conducting market research through a Request for Information (RFI) for Architect-Engineering Services. This RFI seeks to identify qualified firms and gather feedback on a DRAFT Performance Work Statement (PWS) for an anticipated Indefinite Delivery Indefinite Quantity (IDIQ) contract. The contract is expected to be a direct award under the U.S. Small Business Administration’s (SBA) 8(a) Program. Responses are due by May 7, 2026.
Purpose
TSA is issuing this RFI to conduct market research, identify interested and capable parties, and provide industry partners an opportunity to review and provide feedback on the DRAFT requirements for Architect-Engineering services. This feedback will inform the eventual Request for Proposal (RFP).
Scope of Work
TSA requires professional architect-engineer services to support projects across its leased/owned real property portfolio in the National Capital Region (NCR) and nationwide. Services include:
- Pre-Design: Site surveying, mapping, testing, evaluations, and assessments.
- Design: Conceptual designs, plans, specifications, drawings, calculations, and cost estimates.
- Construction Administration: Meetings, quality control, progress monitoring, site inspections, submittal reviews, and punch list preparation.
- Post-Construction Administration: Review of as-built prints, record drawings, and O&M manuals. Typical projects involve alterations to office/support spaces, IT facilities, conference centers, and upgrades to electrical/HVAC systems, requiring architectural, structural, mechanical, electrical, plumbing, civil, interior design, fire protection, and constructability review disciplines.
Contract & Timeline
- Opportunity Type: Sources Sought / Request for Information (RFI)
- Anticipated Contract Type: Indefinite Delivery Indefinite Quantity (IDIQ)
- Set-Aside: 8(a) Sole Source (FAR 19.8) / Direct Award under SBA 8(a) Program
- NAICS: 541310 – Architectural Services (anticipated)
- PSC: Z1AA – Maintenance Of Office Buildings
- Response Due: May 7, 2026, 4:00 PM ET
- Published: April 23, 2026
Submission Requirements
Interested firms should submit:
- Firm Information: Name, address, website, phone, year established, SAM UEI, ownership type, small business size, socioeconomic status, and POC details.
- Capabilities Statement: Describe ability to perform A-E services, number of employees by function/discipline, and a brief profile of experience including at least three similar projects (size, scope, complexity, cost, disciplines, customer POC). State intention to bid.
- Feedback on DRAFT PWS: Suggested improvements, lessons learned, clarity issues, and questions for the Government. Submissions must be emailed to michael.capovilla@tsa.dhs.gov. There are no page limitations.
Additional Notes
This is a market research RFI only and does not constitute a solicitation or promise to contract. Submission is voluntary, and the Government assumes no financial responsibility for incurred costs. Telephone inquiries will not be accepted, and no feedback or evaluation will be provided on submissions.