Architecture and Engineering IDIQ - Edwards AFB

SOL #: FA930126R0004Solicitation

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Air Force
FA9301 AFTC PZIO
EDWARDS AFB, CA, 93524-1185, United States

Place of Performance

CA

NAICS

Architectural Services (541310)

PSC

Architect Engineer Services (Including Landscaping, Interior Layout, And Designing) (C211)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Feb 25, 2026
2
Last Updated
Mar 5, 2026
3
Submission Deadline
Mar 29, 2026, 5:00 PM

Qualification Details

Fit reasons
  • NAICS alignment with historical contract wins in similar service areas.
  • Scope strongly matches core technical capabilities and delivery model.
Risks
  • Past performance thresholds may require one additional teaming partner.
  • Potential clarification needed on staffing minimums before bid/no-bid.
Next steps

Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.

Quick Summary

The Air Force Test Center (AFTC) at Edwards Air Force Base (EAFB) intends to award a Single-Award, Indefinite-Delivery/Indefinite-Quantity (IDIQ) contract for multi-discipline Architect-Engineer (A-E) services. This opportunity is a Total Small Business Set-Aside with a ceiling of $25,000,000 over a 5-year period. Task orders will be Firm-Fixed-Price (FFP). SF330 packages are due by March 29, 2026.

Scope of Work

The general scope includes Title I (investigative, analysis, and design) and Title II (construction project oversight) A-E services. This encompasses comprehensive master planning, engineering studies, design of new vertical construction, major facility renovations, and infrastructure systems (electrical, mechanical, civil). Projects will primarily be located at Edwards AFB and its associated sites, including Air Force Plant 42.

Contract Details

  • Contract Type: Single-Award IDIQ, Firm-Fixed-Price (FFP) Task Orders
  • Duration: 5 years (estimated April 1, 2026, to March 31, 2031)
  • Total IDIQ Ceiling: $25,000,000
  • Maximum Task Order Value: $5,000,000
  • Minimum Contract/Task Order Value: $5,000
  • Set-Aside: Total Small Business (NAICS 541310, Size Standard $12.5M)

Submission Requirements

Interested and qualified Small Business firms must submit a complete SF330 package electronically via DoD SAFE. Firms must request a unique DoD SAFE link by emailing both the Contracting Officer (Adam R. Confer) and Contract Specialist (Lucas Jochem). Strict page limitations apply:

  • Total Submission: Not to exceed 55 pages.
  • SF330 Part II (Prime): 1 page.
  • SF330 Part II (Prime's Non-Local Offices): 1 page per office.
  • SF330 Part II (Teaming Partners): 1 page per partner.
  • Teaming Agreements: Do not count against page limits.

Evaluation Process

This acquisition follows Qualifications-Based Selection (QBS) procedures under the Brooks Act and FAR Part 36.2. The Government will evaluate offerors based on SF330 submissions, without considering price in the initial selection. The process involves:

  1. Evaluation of SF330 packages and down-selection to the top 3 rated firms.
  2. Interviews with the top three firms.
  3. Selection of the top-rated firm, followed by a formal Request for Proposal (RFP) for full proposal and pricing.

Primary Selection Criteria (Equal Importance): Professional Qualifications and Experience, Specialized Experience and Technical Competence, Capacity, Past Performance, Knowledge of the Locality, and Computer Aided Drafting and Design Capability.

Key Dates & Contacts

People

Points of Contact

Lucas JochemPRIMARY
Adam R. ConferSECONDARY

Files

Files

No files attached to this opportunity

Versions

Version 4
Solicitation
Posted: Mar 5, 2026
View
Version 3
Solicitation
Posted: Mar 3, 2026
View
Version 2
Solicitation
Posted: Mar 2, 2026
View
Version 1Viewing
Solicitation
Posted: Feb 25, 2026