- 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
RAES Synopsis
Special Notice from DEPT OF THE AIR FORCE • DEPT OF DEFENSE. Place of performance: United States and Outlying Areas. Response deadline: Mar 27, 2026. Industry: NAICS 541330 • PSC C211.
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.
Point of Contact
Agency & Office
More in NAICS 541330
Description
RAES FINAL SYNOPSIS
1. Solicitation Number: FA8903-26-R-0011
2. Title: Multiple Award Task Order Contract for Resilient Architect-Engineering (A/E) Services at Locations Worldwide (RAES)
3. Location: United States and Outlying Areas
4. Price Range: $3.4B
5. Type: MATOC - A-E firms to support Facility Sustainment, Restoration and Modernization (FSRM) projects and MILCON Title I and Title II projects
6. NAICS Code: 541330 - Engineering Services
7. PSC/FSC Code: C211 - ARCHITECT AND ENGINEERINGGENERAL: LANDSCAPING, INTERIOR LAYOUT, AND DESIGNING
8. Size Standard: $25.5M
9. Set Aside: Partial Small Business Set-Aside (FAR 19.5)
10. Contracting POCs: Contract Officer Mr. Samuel L Mendez II (samuel.mendez@us.af.mil) and Contract Specialist Ms. Monica Gallegos (monica.gallegos@us.af.mil)
11. Deadline for submissions of SF 330s: 27 March 2026 by 4:00 PM Central Daylight
12. Contracting Office: (FA8903) 772 Enterprise Sourcing Squadron (772 ESS), Joint Base San Antonio ? Lackland, TX 78236
GENERAL INFORMATIONThe Air Force Installation Contracting Center (AFICC)/772nd Enterprise Sourcing Squadron (772 ESS) in conjunction with the Air Force Civil Engineer Center (AFCEC), Joint Base San Antonio - Lackland Air Force Base, TX, desires to contract with Architect-Engineer (A-E) firms to support Facility Sustainment, Restoration and Modernization (FSRM) and MILCON Title I and Title II projects with a focus on mission resilience at locations worldwide. The 772 ESS anticipates award of an Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) contract for Resilient A-E Services, with a total contract ceiling of $3.4B, shared among all contract holders. This solicitation is issued as an Unrestricted (UNR) Pool and as a Partial Small Business (SB) Set-Aside Pool. The SB Set-Aside includes a Woman-Owned Small Business (WOSB) Reserve for one award within the SB Pool. Each pool will be awarded separately. The Department of the Air Force (DAF) expects to award contracts to approximately six (6) Other-than-Small Business firms in the UNR Pool and five (5) SB firms in the SB Pool, including the reserved WOSB. However, the Air Force retains the discretion to award to more or fewer firms as needed. To participate in the SB Pool, firms must be certified as a SB under NAICS 541330 (Engineering Services), with a size standard of $25.5 million in average annual receipts. The Government may perform a comparative evaluation (comparing vendors to each other) to select the contractor that is best suited and provides the best value, considering the evaluation factors in this solicitation.
Please note the following important announcement: This action provided the Final Synopsis dated 24 February 2026, incorporating industry QnAs from Industry Day on 16 December 2025. Along with the Statement of Work dated 24 February 2026.
SUBMIT QUESTIONS using Attachment entitled, Attachment 1 - QnA to the points of contact in the paragraph immediately below. Questions are due no later than 5:00 PM, Central Daylight Time on Wednesday, 11 March 2026. Submit questions/comments to the Contracting Officer, Mr., Samuel L. Mendez II and Contract Specialists, Mrs. Monica Gallegos using the Attachment, Questions and Answers spreadsheet.
SF330 DUE DATE: The Due Date for SF330 submissions is Friday, 27 March 2026 by 4:00 PM, Central Daylight Time SF330s shall be submitted via Procurement Integrated Enterprise Environment (PIEE) https://piee.eb.mil/sol/xhtml/unauth/search/oppMgmtLink.xhtml?noticeId=FA8903-26-R-0011¬iceType=SpecialNotice.
For instructions on how to post an offer, please refer to the Posting Offer demo: https://pieetraining.eb.mil/wbt/sol/Posting_Offer.pdf.
ATTACHMENTS:
RAES Final Synopsis_20260218 dated 24 February 2026 (17 Pages)
RAES Draft SOW dated 24 February 2026 (11 Pages)
Attachment 1 ? QnA Excel Template
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.