Opportunity

PIEE #FA441727R0001

IDIQ Architect-Engineering Services for Civil/Structural Engineering at Hurlburt Field, FL

Buyer

FA4417 1 SOCONS

Posted

May 05, 2026

Respond By

June 08, 2026

Identifier

FA441727R0001

NAICS

541330, 541310, 541340

The U.S. Air Force's 1st Special Operations Contracting Squadron at Hurlburt Field, FL, is seeking small business firms for a five-year Indefinite Delivery/Indefinite Quantity (IDIQ) contract to provide architect-engineering (A-E) services for civil, structural, mechanical, electrical, and environmental engineering disciplines. - Government Buyer: - 1st Special Operations Contracting Squadron (1 SOCONS), Air Force Special Operations Command, Hurlburt Field, FL - Scope of Services: - Multi-disciplinary A-E services including: - Design for new or renovated civil, structural, mechanical, electrical, and environmental systems - Field investigations, topographic surveys, soil borings, and geotechnical analysis - Environmental surveys and studies, hazardous material surveys and testing - Schematic design, design development, value engineering, and cost estimating - Preparation of specifications and construction contract documents - Project programming, site, utility, traffic, and facility planning studies - Environmental studies, reports, and permit preparation - Deliverables must be compatible with Microsoft Office, AUTOCAD 2021, and ArcGIS 10.1 or higher - Contract Details: - Total small business set-aside under NAICS 541330 (Engineering Services) - Five-year ordering period with a $4,000,000 ceiling and a $2,500 minimum guaranteed award - Individual task orders will not exceed $2,000,000 - Preference for firms located within 150 miles of Hurlburt Field - Unique Requirements: - Emphasis on firms' proximity to Hurlburt Field (within 150 miles) - All deliverables must be provided in specified digital formats (Microsoft Office, AUTOCAD 2021, ArcGIS 10.1+) - No specific OEMs, vendors, or product part numbers are named in the solicitation

Description

ARCHITECT-ENGINEERING (A-E) SERVICES FOR INDEFINITE DELIVERY/INDEFINITE QUANTITY (IDIQ) (OPEN ENDED) CONTRACT, HURLBURT FIELD, FL CIVIL STRUCTURAL ENGINEERING SERVICES CONTRACTFirms should respond to this notice no later than 08 June 2026, 2:00 PM, Central Daylight Time (CDT). THIS IS A 100 PERCENT TOTAL SMALL BUSINESS SET ASIDE.THE NAICS CODES FOR THIS ACQUISITION IS 541330 (ENGINEERING SERVICES), BUSINESS SIZE STANDARD IS $25,500,000. ALL FIRMS SUBMITTING SF330s MUST BE CERTIFIED AS A SMALL BUSINESS FOR NAICS 541330. This is a request for Standard Form (SF) 330, not a Request for Proposal (RFP). The 1st Special Operations Contracting Squadron at Hurlburt Field, FL is seeking qualified civil/structural engineering firms to perform Title I and Title II design services on all disciplines to include architectural, civil, structural, mechanical, electrical and environmental. The submitting firms need to include all architectural and engineering disciplines either in-house or by consultant(s). All the proposed consultants will need to be included in the Standard Form 330. The directions to complete the Standard Form 330 are on the form. Contractors should submit Part I of the Standard Form 330 for the prime contractor and Part II for each sub-consultant.SERVICES TO BE PROVIDED:The primary services will be to provide designs for new or renovated civil, structural and environmental systems, to include, but not limited to: field investigations, topographic surveys, soil borings, geotechnical analysis and reports, environmental surveys and studies, hazardous material (asbestos, lead based paint, etc.) surveys and testing, schematic design, design development, value engineering, cost estimating, and preparation of specification and construction contract documents on projects involving site development, water and sewer utilities, storm water, pavements, foundations, concrete, masonry and steel structures for Hurlburt Field and other Air Force Special Operation Command facilities worldwide. Specifications and other reports must be provided as hard copy and in electronic format using Microsoft Office products. Drawings, including Geographical Information System (GIS) products, must be provided in AUTOCAD 2021-compatible format and ArcGIS 10.1 or higher. Firms should describe their GIS capabilities in their submittals. Designs may need to include provisions for asbestos/lead removal. Other services may include project programming; site, utility, traffic, and facility planning studies, preparations of environmental studies, reports, or permit preparation and architectural, mechanical and electrical engineering. Task orders will require civil, structural and/or environmental engineering along with architectural and all major engineering disciplines such as mechanical and electrical. A single award contract will be issued for a multi-year IDIQ contract award for a fixed ordering period of 5 years from award. The AE selected with the contract award is guaranteed to receive a minimum of $2,500.00 which will be provided in the first design project. The AE will not receive a task order award of over $2,000,000.00, subject to the conditions of FAR 52.216-19 Order Limitations. Over the contract ordering period of five (5) years, all the task orders combined total will not exceed $4,000,000.00. If the $4,000,000.00 total amount of the task order awards is reached before the five years, then the contract will end at that time. A-E Selection will be limited to firms submitting an SF 330 and will be based solely on the information provided on these forms. Equal importance will be placed on primary factors 1-4 during evaluation.1. Professional/educational qualifications of key personnel of the A-E firm and consultants, including sub-contractors, and the proposed project team (the team/office actually accomplishing the work) in providing complete Civil-Structural Engineering services with multi-disciplinal engineering support services for the design methods and design requirements, employs or has consultant for the following: Architects, Structural, Civil, Mechanical, Electrical Engineers, Interior Designers, Landscape Designers, and Registered Surveyors; Demonstrated capacity of preparing drawings on Computer Assisted Design Drawings (CADD).2. Specialized experience and technical competence in performing design on Air Force or DoD IDIQ type contracts. The type of services can include a) Design services: schematic design, design development, value engineering, cost estimating, preparation of specification and construction contract documents; b) Investigation services: topographic surveys, geotechnical analysis, and reports, investigation of existing building conditions, environmental surveys and studies, hazardous material (asbestos, lead based paint, etc.) surveys and studies; c). Planning services; site, utility, infrastructure; traffic and facility planning studies and analysis experience in energy conservation, pollution prevention, waste reduction and the use of recovered materials.3. Professional capacity to accomplish the work in the required time, complete projects within the established time limits, meet project dollar thresholds, and current workload.4. Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules; Past performance of the A-E firm (and their subcontractors) will include quality control/quality assurance program to assure coordinated technically accurate. A query of Request for Proposal (RFP) documents, Task order award documents, plans, specifications, and construction cost estimates for the Air Force or other Governmental agencies will be made along with the Past Performance Contractor Performance Assessment Reporting System (CPARS).Sub-factors 5-6 are listed in descending order of importance.5. Location in the general geographical area of the project and knowledge of the locality of the project, provided that the application of this criterion leaves an appropriate number of qualified firms. Given the nature and size of the subject project, Special emphasis will be placed on firms located within 150 miles of Hurlburt Field AFB, FL.6. Include the following statement in submittal Section H, Additional Information on Standard Form (SF) 330s: This firm/joint venture has been awarded $xxx,xxx of DoD fees in the twelve months preceding the date of this synopsis. Required Documents:Interested firms which meet the requirements described in this announcement are invited to submit a Standard Form 330 loading one digital copy in PDF format into the notice in the Procurement Integrated Enterprise Environment (PIEE). Standard Form 330, Section F, include project owners name, point of contact, address, phone # and e-mail address. This information may be used to send out surveys to the owners to obtain information concerning the firm’s past performance. Please verify that the owner’s point of contact is current and the contact numbers are correct. Responses should address only specific items requested in this announcement and in Standard Form 330. Extraneous information will not be reviewed. For small business firms with a joint venture (JVs) both the mentor and the protégé company are required to provide a Standard Form 330.SF 330 DUE DATE:This synopsis is for the purpose of soliciting SF330s from Civil-Structural Engineer firms in order to select the most highly rated firms for the purpose of possible discussions. Submit credentials for both the Primary Firm and for Key Consultants of all the information pertinent to the selection criteria. Firms responding to this announcement with a whole and properly completed SF 330 with supporting data by the response date (08 June 2026, 2:00 PM, CDT) will be considered for selection. Email and/or fax copies will not be accepted. SF 330 SUBMISSIONS: SF 330 submissions shall be submitted via Procurement Integrated Enterprise Environment (PIEE) in the offer tab. SF 330s NOT received by the deadline will not be evaluated. Label and Naming Conventions: Please label all proposal packages as follows:[Company Name] [DUNS/CAGE Codes] [Submittal Description].PIEE Submission. Offerors may deliver proposal through the Solicitation Module in Procurement Integrated Environment (PIEE). Offerors are responsible for ensuring PIEE registration and any training needed is completed prior to anticipated solicitation closing date. See links below:Vendor Registration: https://www.acq.osd.mil/asda/dpc/ce/cap/docs/piee/PIEE_Solicitation_Module_Vendor_Access_Instructions.pdfSolicitation Module Training: https://pieetraining.eb.mil/wbt/xhtml/wbt/sol/index.xhtmlPart of the contractors responsibility determination to be made includes having all prospective contractors having a current NIST SP 800-71 assessment in the Procurement Integrated Enterprise Environment (PIEE). A contractor search in the Supplier Performance Risk System will be made to verify each contractor’s assessment has been completed and the security requirements are either fully met or identifies a work plan to implement the remaining security requirements.THE OFFEROR IS RESPONSIBLE FOR CONFIRMING THAT THEIR SF330 WAS RECEIVED BY THE GOVERNMENT.Files that cannot be opened, or are otherwise missing the required content is the responsibility of the Offeror. The PIEE system will record the date and time of package submittal. The date and time of package submittal recorded in PIEE shall govern the timeliness of any SF330 package submission.Any questions concerning these requirements must be emailed to the Primary point of contact Chris Young and Tina Kneip per the below no later than 01 June 2026. Responses to any questions submitted will be posted to PIEE.PLEASE NOTE THE FOLLOWING: Evaluation and Award for this requirement will follow the procedures as outlined in FAR 36.202. The final contract will incorporate FAR clauses 52.236-22 to 52.236-26.Send SF330 Package to: ATTN: Tina L. Kneip, Contracting Officer, 850-881-49411 SOCONS/PKB 350 Tully Street, Hurlburt Field, FL 32544-5244 Tina.kneip.1@us.af.milPrimary POC: Chris Young, Contract Specialist, 1 SOCONS/PKB 850-884-3298 christine.young.1@us.af.milProspective offerors SHALL submit their package with all required documents by the following method: Only the PIEE Solicitation Module is authorized for the submission of electronic SF330 packages in response to this solicitation. Electronic submissions should be no larger than 1.9 GB per file. Electronic submissions shall match the hard copy version of the SF330 package. In the event of a discrepancy, the electronic copy submitted via PIEE will govern. Offerors shall ensure that the Government has received the electronic SF330 package prior to the date and time specified. Packages NOT received by the deadline will not be evaluated. Firms responding to this announcement by 08 June 2026 at 2:00 PM CDT will be considered. Label and Naming Conventions: Please label all packages as follows: [Company Name] [DUNS/CAGE Codes] [Submittal Description].1. Submit one each electronic SF 330 package in PDF format marked as “Original” via PIEE.Questions are to be emailed to the Project POCs, Chris Young at christine.young.1@us.af.mil and Tina Kneip at tina.kneip.1@us.af.mil prior to submission of their package and NLT 1 June 2026. PLEASE NOTE THE FOLLOWING: Evaluation and Award for this requirement will follow the procedures as outlined in FAR 36.202. The final contract will incorporate FAR clauses 52.236-22 to 52.236-26.Synopsis Attachment 1. SF 330

View original listing