- Gap review, remediation roadmap, and implementation support
- Policy package, evidence mapping, and submission prep
- Designed for primes and subs across non-tech and tech work
Request for Information - HQ AFRC Architect-Engineer Facilities Support and Environmental Services
Sources Sought from DEPT OF THE AIR FORCE • DEPT OF DEFENSE. Place of performance: GA. Response deadline: Mar 17, 2026. Industry: NAICS 541330.
CMMC support options for this DoD solicitation
As DoD CMMC rollout expands, approximately 80%+ of DoD solicitations are expected to include cybersecurity/CMMC requirements, including many non-tech scopes.
- Structured checklist, AI guidance, and progress tracking
- Build evidence and controls with clearer next-step workflows
- Ideal for teams that want speed plus affordability
Market snapshot
Awarded-market signal for NAICS 541330 (last 12 months), benchmarked to sector 54.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Applicable Wage Determinations
SAM WDOL references matched to this opportunity's location and scope language.
View more for this contract3 more WD matches and 21 more rate previews.↓
Point of Contact
Agency & Office
More in NAICS 541330
Description
The purpose of this amendment is to attach RFI Q&A - Set 1.
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
Submit Responses to:
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, 17 March 2026 by 3:00 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 ARB, Indiana
- March ARB, California
- Niagara Falls ARS, New York
- Pittsburgh ARS, Pennsylvania
- Westover ARB, Massachusetts
- NAS Fort Worth, Texas
- Homestead ARB, Florida
- Dobbins ARB, Georgia
- Robins AFB, Georgia
- Minneapolis St Paul ARS, Minnesota
- Youngstown ARS, Ohio
- Possible inclusion of AFRC Tennent Locations within the Continental United Status (CONUS)
PURPOSE
The purpose of this notice is to conduct additional market research for a known agency requirement. The Government seeks industry comments in response to specific questions listed below.
The information gathered will be used to refine the scope, structure, and terms of a potential future solicitation.
IAW FAR 15.201(c)(4), 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 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 16-question survey at the following link:
https://forms.osi.apps.mil/r/Li0ygje4Tv
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.
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
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.