Capt Christopher Fisher
IL 62221
USA
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...
View moreNo attachments available.
Sources Sought - A&E Services Scott AFB
—
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:
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 [email protected]
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.