Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 05, 2026 SAM #8865
SOURCES SOUGHT

99 -- Request for Information - HQ AFRC Architect-Engineer Facilities Support and Environmental Services

Notice Date
3/3/2026 11:16:10 AM
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
FA6643 AF RESERVE CMD HQ AFRC PK ROBINS AFB GA 31098-1637 USA
 
ZIP Code
31098-1637
 
Solicitation Number
FA664326_0003
 
Response Due
3/17/2026 12:00:00 PM
 
Archive Date
12/31/2026
 
Point of Contact
Rachel May, Phone: 4783271608, Dashauna Scroggins
 
E-Mail Address
rachel.may.1@us.af.mil, dashauna.scroggins@us.af.mil
(rachel.may.1@us.af.mil, dashauna.scroggins@us.af.mil)
 
Small Business Set-Aside
NONE No Set aside used
 
Description
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.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/d400e2d5566a4bd4b957df814094dc24/view)
 
Record
SN07733272-F 20260305/260303230045 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2026, Loren Data Corp.