Navigate the lattice: hubs for browsing, trends for pricing signals.
THIS SOURCES SOUGHT IS FOR MARKET RESEARCH PLANNING PURPOSES. IT DOES NOT CONSTITUTE A REQUEST FOR PROPOSAL, REQUEST FOR QUOTE OR AN INVITATION FOR BID. RESPONSES IN ANY FORM ARE NOT OFFERS. THE GOVERNMENT IS UNDER NO OBLIGATION TO ISSUE A SOLICITATION AS A RESULT OF THIS ANNOUNCEMENT. NO REIMBURSEMENT WILL BE MADE FOR COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS ANNOUNCEMENT.
The 628th Contracting Squadron at Joint Base Charleston, SC, is seeking Architect-Engineer (AE) services for a firm-fixed priced indefinite delivery, indefinite quantity (IDIQ) Multiple Award Task Order Contract (MATOC). Work includes but is not limited to the study, design and preparation of request for proposal documents for repairs, alterations, and/or new construction of commercial, industrial and residential facilities, utilities, pavements and other infrastructure at Joint Base Charleston - Air Base, Joint Base Charleston - Weapons Station, North Auxiliary Airfield (North, SC) and Short Stay Naval Recreation Area (Moncks Corner, SC).
The contract duration will be one year from the date of contract award with four (4) additional one-year options allowing the term of the contract to be extended up to five years. The estimated contract value is Not-to-Exceed $19,500,000.00 for the life of the contract, with a Task Order minimum of $2,500.00. Work to be performed will be within the North American Industry Classification System (NAICS) 541330 - Engineering Services, the small business standard of $25.5M. The estimated starting date is November 2026.
The work requires AE services for the preparation of plans using the latest release of AutoCAD or BIM, specifications developed from the Unified Facilities Guide Specifications (UFGS) using SpecsIntact, and cost estimates prepared in accordance with UFC-3-740-05, utilizing the most current Department of Defense (DoD) cost data, and prepared in the latest versions of either the Parametric Cost Engineering System (PACES) or the Micro-Computer Aided Cost Estimating System 2nd Generation (MII) software. While construction delivery strategy is normally design-bid-build, AE services will also include the creation of Requests for Proposals (RFPs) when Design-Build acquisition strategies are determined to be in the best interest of the Government.
In addition to services related to design, the following services may be required during the life of the contract: technical reports, studies, planning, surveys, investigations, economic analysis, review of shop drawings, review of contractor submittals, collateral equipment lists, construction consultation, construction inspection services, Title II inspection services, construction record drawing services, and other AE work in support of design and construction. The projects associated with this contract shall involve any combination of architectural, civil, structural, mechanical, and electrical and fire protection engineering disciplines. Projects may also involve landscape design, interior design, cost estimating, Geographic Information System (GIS) services and antiterrorism/physical security engineering services.
This acquisition is restricted to small businesses. Interested small business concerns should indicate their interest to the Contracting Officer in writing, as early as possible, but no later than February 25th, 2026 with the following minimum information.
(a) Indicate which set-aside you qualify for under NAICS code 541330, Size Standard $25.5M: 8(a), HUBZone, SDVOSB, WOSB or Small Business.
(b) A positive statement of your intention to submit a SF330 in response to the solicitation when it is issued at a later date.
(c) SAM Unique Entity ID.
(d) Recent Performance: (a) Recent past performance on contracts with DOD and private industry with respect to cost control, quality of work and compliance with performance schedules.
The Government intends on reviewing firms who respond to this Sources Sought using the procedures set out in FAR 36.6, DFARS 236.6 and AFI 32-1023. All contractors MUST be registered in the System for Award Management (SAM) at https://sam.gov/ or their response will not be considered. This notice does not obligate the Government to award a contract nor does it obligate the Government to pay for any bid/proposal preparation costs.
Please provide responses via email to the Primary Point of contact: Brandon Rawlings, Contract Specialist, brandon.rawlings@us.af.mil and the Alternate Point of Contact: Bryan Coppage, Contracting Officer, bryan.coppage.1@us.af.mil no later than February 25th, 2026.
Files size/type shown when available.
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
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.