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 Department of the Air Force, Air Force Test Center (AFTC) at Edwards Air Force Base (EAFB), is soliciting proposals for 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. Proposals are due by March 30, 2026, at 5:00 PM PST.
Opportunity Overview
This IDIQ aims to secure comprehensive A-E services, including Title I (investigative, analysis, and design) and Title II (construction project oversight). The scope covers a broad range of projects such as 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. 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.
- Total Ceiling: $25,000,000.
- Individual Task Order Max: $5,000,000.
- Minimum Value: $5,000.
- Period of Performance: 5-year IDIQ, estimated from April 1, 2026, to March 31, 2031.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- NAICS Code: 541310 (Architectural Services).
Submission Requirements
Interested Small Business firms must submit a complete Standard Form 330 (SF330) package electronically via DoD SAFE. Firms must request a unique DoD SAFE link from the Contracting Officer or Contract Specialist. Strict page limitations apply:
- Total SF330 Part I: Not to exceed 60 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.
- Section F (Example Projects): Maximum 20 pages (up to 2 pages per project, for up to 10 projects).
- Section H (Past Performance): Maximum 10 pages (1 page per project, for up to 10 projects).
- Teaming Agreements are excluded from page counts.
Evaluation Criteria
This acquisition follows Qualifications-Based Selection (QBS) procedures (Brooks Act, FAR Part 36.2). Price will not be considered in the initial selection. Firms will be evaluated and rated (Highly Qualified, Qualified, Unqualified) based on:
- Primary 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.
- Secondary Criteria (Tie-breakers): Location and Average Volume of Federal Work. The Government will down-select to the top three rated firms for interviews, then select the top firm for a formal Request for Proposal (RFP) for full proposal and pricing.
Key Dates & Contacts
- RFI Submission Deadline: March 11, 2026.
- Proposal Due Date: 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)