Opportunity

SAM #FA664326_0003-01

RFI: Architect-Engineer Facilities Support and Environmental Services for AFRC Nationwide

Buyer

AFRC Headquarters

Posted

March 30, 2026

Respond By

April 09, 2026

Identifier

FA664326_0003-01

NAICS

541330, 541310, 562910, 541410

The Air Force Reserve Command (AFRC) is seeking industry input for a potential Indefinite Delivery Indefinite Quantity (IDIQ) contract to provide Architect-Engineer (A-E) Facilities Support and Environmental Services across multiple AFRC locations in the continental United States. - Government Buyer: - Department of the Air Force, Headquarters Air Force Reserve Command (AFRC), HQ AFRC/PK and HQ AFRC/A4CM, Robins Air Force Base, Georgia - OEMs and Vendors: - No specific OEMs or vendors are named in the opportunity - Products/Services Requested: - Architect-Engineer (A-E) services for multi-disciplinary planning, design, and construction management of institutional, commercial, and industrial facilities - Title I (Type A): Field investigations, surveys, environmental compliance documentation, endangered species and wetland surveys, hazardous material surveys, real property record searches, land use analyses - Title I (Type B): Preparation of design documents (plans, drawings, estimates, specifications, submittal register, environmental mitigation design) - Title II (Type C): Inspection, monitoring, and evaluation of construction activities, review/testing of submittals, contract modifications - Environmental Services: NEPA documentation, permitting, compliance, natural/cultural resource surveys, hazardous materials abatement design, pollution prevention - Real Property Services: Inventory, space utilization, site selection, real estate support (acquisition, disposal, leasing, easements) - Deliverables include phased design submittals, cost estimates, and comprehensive interior design per UFC standards - Unique or Notable Requirements: - IDIQ contract structure with a five-year ordering period and possible six-month extension - Annual contract ceiling of $10 million, with individual delivery orders capped at $1.5 million - Delivery orders over $1 million require Congressional Notification - Services to be performed at multiple AFRC bases nationwide, including Grissom (IN), March (CA), Niagara (NY), Pittsburgh (PA), Westover (MA), Carswell (TX), Homestead (FL), Dobbins (GA), Warner Robins (GA), Minneapolis (MN), Youngstown (OH), and other tenant locations - NAICS code tentatively 541330 (Engineering Services)

Description

CONTRACTING OFFICE ADDRESS

Department of the Air Force, Headquarters (HQ) Air Force Reserves Command (AFRC)/PK, Robins Air Force Base – 330 Cherry Drive, Robins AFB, Georgia 31098. 

POINT OF CONTACT

Mrs. Rachel May at rachel.may.1@us.af.mil

Mrs. Dashauna Scroggins at dashauna.scroggins@us.af.mil

All responses shall be submitted no later than Tuesday, 9 April 2026 by 2:00 pm EST.

REQUIREMENT DESCRIPTION

This is a Request for Information (RFI), NOT a Request for Quote (RFQ) or Request for Proposal (RFP). This RFI will be utilized for market research purposes ONLY, in order to assist with the planning and potential procurement of an Indefinite Delivery Indefinite Quantity for Architect-Engineer Facilities Support and Environmental Services across the continental United States.  

The information provided in the RFI is subject to change and is not binding on the Government. Responses to these notices are not offers and cannot/will not be accepted by the Government to form a binding contract. All submissions become Government property and will not be returned.

DRAFT SCOPE IAW attached Draft SOW

PERFORMANCE LOCATIONS

Grissom, Indiana March, California Niagara, New York Pittsburgh, Pennsylvania Westover, Massachusetts Carswell, Texas Homestead, Florida Dobbins, Georgia Warner Robins, Georgia Minneapolis, Minnesota Youngstown, Ohio Possible inclusion of AFRC Tennent Locations

PURPOSE

The purpose of this notice is to conduct additional market research for a known agency requirement. The Government has completed its initial market research based on the responses to our first RFI regarding this requirement. That feedback provided invaluable support in shaping our proposed acquisition strategy. The purpose of this second, more focused RFI is to present our proposed strategy back to industry for final comment and validation before we proceed with drafting the solicitation. This is a crucial final step to ensure the resulting contract is effective, efficient, and structured for robust competition.

The information gathered will be used to refine the scope, structure, and terms of a potential future solicitation.

The Contracting Officer may host one-on-one meetings with any or all potential offerors who provide an adequate response to the RFI/SS, without further public notice.

NAICS CODE

Tentative North American Industrial Classification System (NAICS) Code is 541330 –Engineering Services. Please NOTE: this is a tentative NAICS Code and may be subject to change as a result of additional market research.

ANTICIPATED CONTRACT TYPE/PERIOD OF PERFORMANCE

The Government anticipates awarding one or more Indefinite Delivery/Indefinite Quantity (IDIQ) contracts. The resultant contracts will have a continuous five-year ordering period.

Individual task orders issued will be Firm-Fixed-Price (FFP) and will contain their own unique Period of Performance.

Throughout the ordering period, the Government will monitor contractor performance via mechanisms such as Contractor Performance Assessment Reporting System (CPARS). The Government may also include provisions for on-ramping new contractors or off-ramping existing contractors to ensure a robust, competitive, and high-performing industrial base. The solicitation may also include RFO 52.217-8, Options to Extend Services, for a potential six-month extension to the ordering period.

PROJECTED CONTRACT AWARD DATE

TBD – FY27

PROJECTED VALUE

$100M+

INFORMATION REQUESTED

All interested vendors must submit their responses by completing the 21-question survey at the following link:

https://forms.osi.apps.mil/r/E4SRZMFDKS

A complete and sufficient response to all questions is mandatory. The Contracting Officer will deem submissions with incomplete or insufficient answers unacceptable.

Please be advised that a capabilities statement or brief is not requested and should not be submitted. Only responses provided through the official Microsoft Forms link will be considered. Additional Links:Microsoft Form - RFI #2 A-E Question Survey

View original listing