1. The Government is seeking Korean-owned businesses with the capabilities and experience related to efforts necessary to manage and execute the Government’s planned project to Conduct Housing Requirements and Market Analysis (HRMA) at Osan AB, Korea. The Government intends to award a Firm Fixed Price task order to the most highly qualified A&E firm for the Other A-E Services project at Osan AB, Korea in IAW the Statement of Work (SOW) dated 29 December 2025.
Interested firms must provide a response with the following information:
A. CAPACITY
Provide a narrative that demonstrates that you have both adequate capacity to perform the work in this Task Order and interest in being considered in this evaluation.
B. KNOWLEDGE OF LOCALITY
Provide narrative demonstration of adequate knowledge of locality at the project location. Such demonstration may include listing of relevant and recent (concluded within the last 5 years) projects performed within that locality and/or a narrative description demonstrating knowledge of the unique requirements at that locality.
C. PROFESSIONAL QUALIFICATIONS - TEAM COMPOSITION:
Provide a teaming plan to describe the team composition that would be proposed if selected for this task order, identifying all participating firms (i.e. prime contractor, JV partner(s), teaming partners, or subcontractors). For each participating firm, describe how that firm will be resourced to support the requirement, including the discipline of architectural-engineering design services or other traditional A-E services to be performed. The Government may request further demonstration of professional qualifications, to include a staffing plan or other demonstration of professional qualifications of the team that would be resourced for this task order.
D. SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENENCE
For the purposes of this evaluation, the Government will evaluate specialized experience and technical competence based on the offeror’s demonstration of recent and relevant projects. Recent will be considered completed within the last five (5) years. Relevant projects will demonstrate similar complexity and scope to the attached Statement of Work, dated 29 December 2025.
E. RELEVANT EXPERIENCE/PAST PERFORMANCE
The Government will review the relevant information using Contractor Performance Assessment Reporting System (CPARS).
2. Korean-owned businesses shall indicate their interest in competing for this requirement through submission of the sources sought notice response (required) SAVED AS PDF FORMAT FILE. Deliver via email no later than 3:00pm (Central Standard Time), 10 February 2026. For files larger than 3MB, please send an email to the Contract Specialist, Louwanna Wright, requesting a DoD Safe drop-off at least 1 business day prior to the suspense due date, in response to this notice. Emailed submissions are acceptable and must be sent to the Contracting Officer, LaTonya McGaskey, at: latonya.mcgaskey@us.af.mil, and Contract Specialist, Louwanna.Wright.1@us.af.mil .
Notice Interested Vendors:
Sources Sought Notice responses received after the date/time specified will not be considered.
Files size/type shown when available.
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
The opportunity involves conducting a Housing Requirements and Market Analysis (HRMA) at Osan Air Base, Korea. The solicitation aims to assess housing needs and evaluate the local real estate market to support military personnel stationed at the base. This project becomes essential as it aligns with strategic objectives to provide adequate housing solutions for service members.
The buyer intends to gather comprehensive data on housing requirements and local market conditions to ensure sufficient accommodations for personnel at Osan AB.
It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.
The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.
P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.
Awarded-market signal for NAICS 541330 (last 12 months), benchmarked to sector 54.