Architecture and Engineering Services - MMAC
Sources Sought from FEDERAL AVIATION ADMINISTRATION • TRANSPORTATION, DEPARTMENT OF. Place of performance: OK. Response deadline: Feb 19, 2026. Industry: NAICS 541310.
Market snapshot
Awarded-market signal for NAICS 541310 (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 541310
Description
This is a market survey for a follow-on requirement to perform Architecture and
Engineering (A&E) Services for the Federal Aviation Administration. This effort is currently
under contract. Vendors are encouraged to review this announcement on the System for
Award Management (SAM) Website at https://sam.gov.
The purpose of this announcement is to conduct a market survey to solicit statements of
interest and capabilities from interested vendors in accordance with FAA Acquisition
Management System (AMS) Policy 3.2.1.2.1. This market survey will enable the FAA to
review responses that are current and will assist with acquisition planning based on
current data. Responses to this market survey will be used for informational purposes
only.
The FAA Mike Monroney Aeronautical Center has a requirement for Architecture and
Engineering (A&E) services. Prospective activities include Architecture and Engineering
(A&E) services that are required to provide complete detailed designs for planning,
maintenance, repair, alteration, extension, conversion, or modernization of existing
buildings or facilities and new construction projects. These services will be required for
commercial / industrial / classroom/ utility-type facilities located at the FAA Mike
Monroney Aeronautical Center (MMAC) (See attached DRAFT Statement of Work).
The FAA contemplates awarding a Multiple Award Indefinite Delivery/Indefinite Quantity
(IDIQ) follow-on contract that will include option provisions to renew for four (4) one-year
periods. It is anticipated the contract will include Time and Materials type pricing. The FAA
will review the responses to this Market Survey and will make appropriate acquisition
planning decisions that best meet the FAA’s needs. The results of the Market Survey will
assist the FAA to determine the extent of the requirement that may be set-aside for Small
Businesses (SB), Socially and Economically Disadvantaged Small Businesses (SDB/SEDB),
[8(a)], Service Disabled Veteran-Owned Small Businesses (SDVO), and Women-Owned
Small Businesses (WOSB).
This market survey is to request information that will enable the FAA to make a screening
decision to determine qualified firms that have the ability to provide these services. The
FAA reserves the right to add incumbent contractors and/or other sources which meet the
criteria and have performed satisfactorily on previous procurements.
The North American Industry Classification System (NAICS) code and size effort applicable
to this requirement:
NAICS: 541310 Consulting Services
Size Standard: $12.5 Million
Interested firms submitting the response are requested to provide the following
information:
COMPANY INFORMATION
- Name and address of company
- Point of contact (name, title, telephone number, and email address)
CAPABILITY STATEMENT – This document should identify the following:
- Type of Services provided by your Firm
- Size and type of services provided on previous contracts
- Number of years in business
- Clearly state and whether or not you can provide the Type “A”, Type “B”, and Type
“C” services as specified in the attached DRAFT Statement of Work.
All responses to this market survey should be received by 4:00 p.m. Central (Oklahoma)
Time, February 19, 2026. The FAA prefers that all submittals, including attachments, be
submitted electronically to the Contracting Specialist using the following email
address:Caridad.Daniel@faa.gov. Please include “MARKET SURVEY RESPONSE: A&E
Services IDIQ” in the subject line of your email. Information provided will not be released,
however please mark PROPRIETARY on all your documents submitted as necessary.
This market survey is for planning purposes only and shall not be construed as a request
for proposal or as an obligation on the part of the FAA to acquire these services. No
entitlement to payment of direct or indirect costs or charges by the FAA will arise as a
result of submission of responses to this market survey and the FAA’s use of such
information.
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
The FAA is conducting a market survey for Architecture and Engineering (A&E) Services to support ongoing projects at the Mike Monroney Aeronautical Center (MMAC). The contract is expected to be a Multiple Award IDIQ, with options for four one-year renewals. Interested vendors must submit their capabilities by February 19, 2026, at 4:00 PM CT to participate in the acquisition planning process.
The buyer is aiming to gather information from vendors to assess capabilities for providing comprehensive Architecture and Engineering services, which include planning, maintenance, and new construction projects at MMAC.
- Review the DRAFT Statement of Work to understand service requirements.
- Determine firm qualifications and capabilities in A&E services.
- Prepare a Company Information summary and a Capability Statement for submission.
- Company Information including name, address, and contact details.
- Capability Statement outlining services, experience, and business duration.
- Confirmation of capability to provide specified Type A, B, and C services.
Source coverage notes
Some notices publish limited source detail. Confirm these points before final bid/no-bid decisions.
- Detailed timeline for follow-on services after the market survey.
- Exact scope of Type A, B, and C services.
- Performance period for the anticipated contract and its renewals.
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.