Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 04, 2026 SAM #8864
SOLICITATION NOTICE

C -- Architecture and Engineering IDIQ - Edwards AFB

Notice Date
3/2/2026 1:29:26 PM
 
Notice Type
Solicitation
 
NAICS
541310 — Architectural Services
 
Contracting Office
FA9301 AFTC PZIO EDWARDS AFB CA 93524-1185 USA
 
ZIP Code
93524-1185
 
Solicitation Number
FA930126R0004
 
Response Due
3/30/2026 10:00:00 AM
 
Archive Date
03/30/2026
 
Point of Contact
Lucas Jochem, Adam R. Confer
 
E-Mail Address
lucas.jochem@us.af.mil, adam.confer.2@us.af.mil
(lucas.jochem@us.af.mil, adam.confer.2@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
The Air Force Test Center (AFTC) at Edwards Air Force Base (EAFB) intends to award a Single-Award, Indefinite-Delivery/Indefinite-Quantity (IDIQ) contract to provide multi-discipline Architect-Engineer (A-E) services. The contract will have a 5-year IDIQ. The total IDIQ ceiling shall not exceed $25,000,000 Task orders issued under this contract will be Firm-Fixed-Price (FFP). The general scope of work includes, but is not limited to, the preparation of designs, plans, specifications, and reports (Title I, and Title II services) 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 and its associated sites. This is a Synopsis/Solicitation for interested Small Businesses to provide their SF330 packages. 2. SELECTION PROCESS This acquisition will be conducted in accordance with the Qualifications-Based Selection (QBS) procedures of the Brooks Act and Federal Acquisition Regulation (FAR) Part 36.2. The Government will evaluate offerors based on the submission of a Standard Form 330 (SF330). The Government will not consider price in the selection of the most highly qualified firm. The following procedures will be followed: Soliciation Posted. Firms respond with SF330 packages. Evaluation team evaluates and down selects to top 3 rated firms based on stated evaluation criteria. Top three firms are further interviewed to further understand capabilities and qualifications. Top firm is selected from this process. Top rated firm is issued the formal Request for Proposal for full proposal and pricing. Evaluation is made. If deemed acceptable award is made. If deemed unacceptable the Request for Proposal is sent to the second rated firm. 3. SUBMISSION REQUIREMENTS Interested and qualified Small Business firms are invited to submit a complete SF330 package. The package must adhere to the following instructions. Failure to comply with these instructions may result in the submission being considered non-responsive and removed from consideration. a. Submission Method: All submissions must be submitted electronically via DoD SAFE (Secure Access File Exchange). Firms must request a unique DoD SAFE link by sending an email to both the Contracting Officer (CO) and the Contract Specialist (CS) at the email addresses listed below. It is the offeror's responsibility to request the link in a timely manner. b. Page Limitations: Page limitations will be strictly enforced. Any pages provided in excess of the limits will be removed and will not be evaluated. * Total Submission: Shall not exceed fifty-five (55) pages. * SF330 Part II (Prime): Limited to one (1) page. * SF330 Part II (Prime's Non-Local Offices): One (1) additional Part II page for each non-local office that may contribute. * SF330 Part II (Teaming Partners): One (1) additional Part II page per teaming partner. * Teaming Agreements: Teaming Agreements may be included and will not count against the page limit. For evaluation criteria please see attachment for Evaluation Criteria. Contracting Team: Contracting Officer: Adam R. Confer � adam.confer.2@us.af.mil Contract Specialist � Lucas Jochem � lucas.jochem@us.af.mil
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/c585b79279524ade88d0b7ce2e364545/view)
 
Place of Performance
Address: CA 93561, USA
Zip Code: 93561
Country: USA
 
Record
SN07730863-F 20260304/260302230036 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2026, Loren Data Corp.