Modernize Wing Joint Mission Planning Center B2155H
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 is issuing a Request for Information (RFI) for Architect-Engineer (A-E) services to modernize the Wing Joint Mission Planning Center (JMPC) in Building 2155H at Joint Base Pearl Harbor-Hickam (JBPHH), HI. This RFI seeks industry feedback and capability statements for the design of a comprehensive renovation, including a Sensitive Compartmented Information Facility (SCIF). Responses are due March 27, 2026.
Purpose
This RFI is for market research and planning purposes only; it is not a solicitation for proposals. The Air Force aims to gather information to inform its acquisition strategy, potential contract type (anticipated Firm-Fixed Price), terms, feasibility, and planning schedules for the JMPC modernization project.
Scope of Work (Draft SOW)
The project requires A-E services to provide 100% design for the complete renovation of approximately 21,672 square feet of interior and exterior space. Key design elements include:
- Creating a modern, consolidated, and fully functioning Joint Mission Planning Facility.
- Designing a 3,000 SF SCIF compliant with ICD/ICS 705 and applicable DoD/DAF guidance.
- Upgrades to the building envelope, structural, mechanical, electrical, fire protection, and telecommunications systems.
- Specific design tasks involve project kick-off, site visits, design development (65% submittal), construction documents (95% and 100% submittals), cost estimating, design reviews, comment resolution, phasing/mission continuity planning, and coordination with Authorities Having Jurisdiction (AHJ).
- Designs must comply with federal, state, local codes, Unified Facilities Criteria (UFC), Intelligence Community Directives (ICD), and National Fire Protection Association (NFPA) standards.
Information Requested from Industry
Interested parties are requested to provide responses, not exceeding 4 pages, including:
- Company Information: Name, address, contact details, DUNS/CAGE code, business size (large/small, socio-economic class), and primary NAICS code (currently identified as 541210 – Architectural Services, Size Standard: $12.5M).
- Similar Contracts: Details of past government or commercial contracts for similar services.
- Capability Statement/White Paper: Explanation of how the company's capabilities align with the attached Draft Statement of Work.
Contract & Timeline
- Type: Request for Information (RFI) / Sources Sought
- Anticipated Contract Type (for future award): Firm-Fixed Price
- Set-Aside: None specified (market research stage)
- Response Due: March 27, 2026, 10:00 PM ET
- Published: March 20, 2026
- Anticipated Design Period: Final Construction Documents due within 270 calendar days after contract award.
Place of Performance
Building 2155H, Joint Base Pearl Harbor-Hickam (JBPHH), HI.
Contact Information
- Primary: SSgt Spencer Moses (spencer.moses@us.af.mil, 808-789-3165)
- Secondary: MSgt Jerime Gorse (jeirme.gorse@us.af.mil, 808-447-3166)