Skip to content
Department of Defense

Sources Sought - A&E Services Scott AFB

Solicitation: W50S7S26Q0002
Notice ID: a1121c9048714f07b0dcea7c360c091b
TypeSources SoughtNAICS 541310PSCC1AASet-AsideNONEDepartmentDepartment of DefenseAgencyDept Of The ArmyStateILPostedFeb 19, 2026, 12:00 AM UTCDueMar 05, 2026, 07:00 PM UTCCloses in 11 days

Sources Sought from DEPT OF THE ARMY • DEPT OF DEFENSE. Place of performance: IL. Response deadline: Mar 05, 2026. Industry: NAICS 541310 • PSC C1AA.

Market snapshot

Awarded-market signal for NAICS 541310 (last 12 months), benchmarked to sector 54.

12-month awarded value
$1,668,803
Sector total $5,796,258,355,399 • Share 0.0%
Live
Median
$350,000
P10–P90
$332,053$403,453
Volatility
Stable20%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.0%
share
Momentum (last 3 vs prior 3 buckets)
+100%($1,668,803)
Deal sizing
$350,000 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Map for IL
Live POP
Place of performance
Illinois • 62221 United States
State: IL
Contracting office
Scott Afb, IL • 62225-5503 USA

Point of Contact

Name
Capt Christopher Fisher
Email
christopher.fisher.7@us.af.mil
Phone
6182225113
Name
MSgt Jonathan Middleton
Email
jonathan.middleton.5@us.af.mil
Phone
6182225116

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE ARMY
Subagency
NATIONAL GUARD BUREAU
Office
JFHQ USPFO IL • USPFO IL PROCUREMENT • W7M6 USPFO ACTIVITY ILANG 126
Contracting Office Address
Scott Afb, IL
62225-5503 USA

More in NAICS 541310

Description

This is a SOURCES SOUGHT Notice for market research purposes only. Do not send proposals or SF 330’s in response to this Notice. The 126 Air Refueling Wing, Scott AFB, IL, seeks information concerning firms interested in performing multi-disciplined Architect-Engineer (A-E) services in support of the Air National Guard throughout IL, primarily Scott AFB.

The planned North American Industry Classification System (NAICS) codes are 541310 for Architectural Services in which the small business size standard is $12.5 million and 541330 for Engineering Service in which the small business size standard is $25.5 million.

The 126ARW seeks input from all A-E firms interested in contracting for Architect-Engineer Services, especially SMALL BUSINESSES. This Sources Sought Notice shall not be construed as a formal solicitation or as an obligation on the part of the 126ARW to acquire any products or services. Information provided to the 126ARW in response to this posting is strictly voluntary and given with no expectation of compensation and clearly provided at no cost to the Government. A formal solicitation may be executed and posted separately on the Government Point of Entry (SAM.gov) at a future date. The 126ARW is interested only in identifying interested and capable contractors for this service and receiving industry feedback to improve the acquisition process as part of the market research.

Small Business (SB) Set-Aside Determination: The 126ARW reserves the right to determine if a SB set-aside is appropriate based on responses to this notice and other pertinent information gathered by the contracting officer. For the 126ARW to make a SB set-aside determination, it is emphasized that SB concerns must provide sufficient written information to indicate their capacity and capability to successfully perform and manage all the requirements of A-E Services on Scott AFB Air Guard leased land.

The Government contemplates awarding one (1) Single Award Task Order Contract, with a five (5) year ordering period. Firm Fixed Price Task Orders will be negotiated and awarded for each specific project. The total contract ceiling amount for each contract is anticipated to be $20 million for the life of each contract. The government anticipates a minimum quantity guarantee of $10,000; a task order meeting this minimum is anticipated to be issued at the same time as the basic contract award.

Summary of Required Qualifications

(Note: The description is a summary of the required qualifications and is not intended to be all-inclusive): The work includes all efforts necessary to manage and execute professional A-E for design and construction oversight supporting Sustainment, Repair, and Modernization (SRM) and Military Construction (MILCON) programs. The Project Manager must be a Registered Architect or a Professional Engineer licensed in the state of Illinois. The A-E will be required to comply with all industry standard codes as well as base specific codes and regulations.

Type I services, to include field/subsurface site investigations, studies and surveys as applicable, project design analysis, preparation of preliminary and final construction drawings, technical specifications, Comprehensive Interior Design packages that meet Unified Facility Criteria (UFC) 3-120-10, and construction cost /time estimates as required for a variety of maintenance, repair, alteration, and new and minor construction projects. Services may be required for, but are not limited to, architectural, electrical, mechanical, civil, landscaping, interior design, structural, fire suppression, and environmental engineering, facility assessments, life safety upgrades, ADA handicap upgrades, renovation and modernization of a variety of campus academic, housing, athletic and support facilities, architectural and engineering studies, preliminary/concept designs, design development, construction specifications, high temperature hot water, forensic, historic preservation, sustainable design, LEED certification, Uptime Institute Tier III and Tier IV site infrastructure, and construction estimates. These services also include those items normally furnished by an A-E in the actual preparation of the design documents: plans, drawings, estimates (Independent Government Cost Estimate (IGE)), specifications, submittal register etc., including visual inspection of the site or facility for familiarization with scope, general conditions, and coordination with using activities.

Type II services include those items involving inspecting, monitoring, and evaluating construction activities to validate conformance to plans and specifications, including reviewing, evaluating and testing product submittals and shop drawing, and preparation of construction contract modifications.

Other A-E services include services that are design and construction related but are not connected with a specific construction project. The services consist of developing design criteria, fact-finding studies, surveys, investigations, and the performance of environmental projects involving prevention, compliance, and restoration when the services of registered architects or engineers are required. Excluded are services that need not be performed by a registered engineer or architect such as providing design and construction equipment or computer programs.

Interested parties shall provide the following information:

  1. Company name, address, Cage Code, UEI Code, NAICS codes, name of point of contact, telephone number, e-mail address, and website;
  2. Small business status
  3. Company’s capability to provide all desired disciplines either in-house or through a team approach, with qualified firms;
  4. Brief summary of firm’s experience providing A-E services for military installations;
  5. Company’s primary source of business (commercial/private or Government sector);
  6. Please provide feedback on the draft statement of qualifications. Ensure that the statement does reflect industry standards and includes a complete list of required licenses and certifications according to A-E industry best practice.

Provide responses no later than 1:00 pm CST 5 March 2026

Submit all of the above information in sufficient detail for a decision to be made on the availability of interested parties. Submissions should be limited to no more than 15 pages. Proprietary information should be marked “PROPRIETARY INFORMATION.” An electronic (email) response is the accepted method.

Email responses to the 126ARW Contracting Office email 126.ARW.MSC@us.af.mil

This is only a Sources Sought Notice and is NOT a Request for Proposal (RFP) or Request for Qualifications (RFQ). No solicitation is being issued at this time, and this notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach.

In accordance with FAR Part 52.204-7, contractors must be registered in the System for Award Management (SAM) prior to award. Register at http://www.sam.gov, or call 1-866-606-8220. Any future information on this acquisition (statement of work, specifications, solicitation, etc.) will be posted on www.sam.gov. It is the responsibility of the prospective offeror to review this site regularly for updates and/or changes.

Files

Files size/type shown when available.

No downloadable attachments detected for this notice.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

FAQ

How do I use the Market Snapshot?

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.

Is the data live?

The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.

What do P10 and P90 mean?

P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.