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) is seeking multi-discipline Architect-Engineer (A-E) services under a Single-Award, Indefinite-Delivery/Indefinite-Quantity (IDIQ) contract with a $25,000,000 ceiling. This is a Total Small Business Set-Aside. Firms must submit SF330 packages electronically via DoD SAFE. Submissions are due March 30, 2026.
Purpose & Scope
This opportunity is for comprehensive A-E services at Edwards AFB and its associated sites. The scope includes Title I (investigative, analysis, and design) and Title II (construction project oversight) services. Specific tasks involve master planning, engineering studies, design of new vertical construction, major facility renovations, and infrastructure systems (electrical, mechanical, civil). A seed project for a Federal Courthouse and SJA offices in Building 2800 is outlined.
Contract Details
- Contract Type: Single-Award, Indefinite-Delivery/Indefinite-Quantity (IDIQ)
- Contract Duration: 5 years
- Total IDIQ Ceiling: $25,000,000
- Task Order Type: Firm-Fixed-Price (FFP), maximum $5,000,000 per task order, minimum $5,000.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS Code: 541310 (Architectural Services)
- Size Standard: $12,500,000 Annual receipts
- Place of Performance: Edwards Air Force Base, CA, and Air Force Plant 42 in Palmdale, CA.
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 from the Contracting Officer and Contract Specialist. Strict page limitations apply:
- Total Submission: Not to exceed 55 pages.
- SF330 Part II (Prime): 1 page.
- SF330 Part II (Non-Local Offices/Teaming Partners): 1 page per entity.
- Teaming Agreements: May be included and do not count against page limits. Detailed instructions for SF330 Part I sections (A-C, D, E, F, G, H) are provided, including specific page limits for resumes, example projects, and past performance.
Evaluation Process
This acquisition follows Qualifications-Based Selection (QBS) procedures (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:
- Evaluation of SF330s and down-selection to the top 3 rated firms based on criteria like Professional Qualifications, Specialized Experience, Capacity, Past Performance, Knowledge of Locality, and CAD Capability.
- Interviews with the top three firms.
- Selection of the top firm, followed by a formal Request for Proposal (RFP) for full proposal and pricing.
- Award to the top-rated firm if acceptable, otherwise, the RFP is sent to the second-rated firm.
Key Dates & Contacts
- Requests for Information (RFIs) Due: March 11, 2026
- SF330 Submission Deadline: 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)