Architecture and Engineering IDIQ - Edwards AFB
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
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), CA, 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. The contract has a $25,000,000 ceiling over a five-year period. Firms must submit SF330 packages electronically via DoD SAFE. Responses are due March 30, 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 preparation of designs, plans, specifications, and reports for a broad range of projects. Services may include comprehensive master planning, engineering studies and investigations, design of new vertical construction, major facility renovations, and design of infrastructure systems (e.g., electrical, mechanical, civil). Projects will primarily be located at Edwards AFB, Air Force Research Laboratory (AFRL), and Air Force Plant 42. A seed project involves renovating Building 2800 at Edwards AFB into a Federal Courthouse and expanded Staff Judge Advocate (SJA) offices.
Contract Details
- Contract Type: Single-Award IDIQ with Firm-Fixed-Price (FFP) Task Orders.
- Period of Performance: 5 years (estimated April 1, 2026, to March 31, 2031).
- Total IDIQ Ceiling: $25,000,000.
- Minimum Contract Value: $5,000.
- Individual Task Order Max Value: $5,000,000.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- NAICS Code: 541310 (Architectural Services) with a $12.5 million size standard.
- Place of Performance: Edwards AFB, CA, and Air Force Plant 42, Palmdale, CA.
Submission & Evaluation
This acquisition follows Qualifications-Based Selection (QBS) procedures under the Brooks Act and FAR Part 36.2. Price will not be considered in the initial selection. Interested and qualified Small Business firms must submit a complete SF330 package electronically via DoD SAFE. Firms must request a unique DoD SAFE link from the Contracting Officer and Contract Specialist. Strict page limitations apply: total submission not to exceed 55 pages, SF330 Part II (Prime) limited to one page, and one additional Part II page per non-local office or teaming partner. Teaming Agreements do not count against page limits.
Evaluation Factors (Primary, 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. Secondary tie-breaker criteria include Location and Average Volume of Federal Work. The Government will evaluate and down-select to the top three rated firms, who will then be interviewed. The top-rated firm will receive a formal Request for Proposal for full proposal and pricing.
Key Dates & Contacts
- SF330 Submission Due: March 30, 2026, 5:00 PM PST.
- Contracting Officer: Adam R. Confer (adam.confer.2@us.af.mil)
- Contract Specialist: Lucas Jochem (lucas.jochem@us.af.mil)