SATOC for Title I and Title II Architect-Engineer Services for the Renovation of Hangar 225 at Hill Air Force Base, UT
ID: FA8903-25-R-0009Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8903 772 ESS PKJBSA LACKLAND, TX, 78236-9861, USA

NAICS

Engineering Services (541330)

PSC

ARCHITECT AND ENGINEERING- GENERAL: LANDSCAPING, INTERIOR LAYOUT, AND DESIGNING (C211)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, through the Air Force, is seeking proposals from qualified small business architect-engineer firms for a Single Award Task Order Contract (SATOC) to provide Title I and Title II services for the renovation of Aircraft Hangar 225 at Hill Air Force Base, Utah. The contract aims to support Facility Sustainment, Restoration, and Modernization (FSRM) efforts, with a total ceiling of $35 million and individual task orders ranging from $2,500 to $10 million. This initiative is critical for ensuring the structural integrity and modernization of the hangar, which is essential for military operations. Interested firms must submit their qualifications using the SF330 form by May 23, 2025, and can direct inquiries to Capt Lane Spinks at lane.spinks.1@us.af.mil or Ms. Laura Koog at laura.koog@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document addresses inquiries and clarifications related to a government Request for Proposal (RFP) concerning an engineering-led project. Key topics include the submission requirements for the Proposed Team and Business Relationship narratives, which should be placed in Section H. The Air Force clarifies that past performance documents can be included in Section H or as an appendix, emphasizing that no additional narratives are allowed. The document also differentiates between teaming partners and subcontractors, stating that only the former, involved in specific architectural and engineering roles, must have formal arrangements. Additionally, it outlines eligibility criteria for small businesses under NAICS code 541330 and discusses the certification requirements for prime offerors. There are stipulations regarding key personnel and their identification, project descriptions, and submission deadlines, with a specific due date set for May 23, 2025. Overall, the document provides essential guidance for respondents to ensure compliance with the RFP, focusing on the evaluation criteria and partnership structures relevant to the project.
    The document pertains to an Air Force Request for Proposal (RFP), specifically addressing queries or comments made by a firm regarding the RFP's content. It likely serves as an avenue for prospective contractors to seek clarifications to ensure compliance with requirements outlined in the RFP. The focus is on enhancing understanding between the Air Force and potential vendors about project specifications, submission criteria, and evaluation processes. By enabling clear communication through documented responses, the Air Force aims to facilitate a more accessible and transparent procurement process, ultimately leading to successful project outcomes. The engagement reflects best practices in government procurement, emphasizing collaboration and clarity in federal contracting procedures.
    The document outlines the official synopsis for a Single Award Task Order Contract (SATOC) for architect-engineer services related to the renovation of Aircraft Hangar 225 at Hill Air Force Base. The contract is set aside for small businesses and focuses on facility sustainment, restoration, and modernization (FSRM) with a total ceiling of $35 million. The synopsis highlights essential submission requirements, including the submission of SF330 documents by interested small business firms, with a focus on specific qualifications and past project experiences required for evaluation. Key points include definitions of Title I and Title II services, evaluation criteria emphasizing specialized experience, qualifications, geographic knowledge, capacity, and past performance. The document specifies key submission deadlines, including a site visit for potential offerors, and outlines administrative requirements. The purpose of the document is to guide small businesses in preparing their proposals for the architect-engineer services contract and to promote collaboration among firms, ensuring compliance with government procurement regulations while emphasizing quality and experience in relevant projects.
    The U.S. Air Force seeks proposals for a Single Award Task Order Contract (SATOC) for Architect-Engineer (A-E) Title I and Title II services to renovate Aircraft Hangar 225 at Hill Air Force Base. This initiative supports Facility Sustainment, Restoration, and Modernization (FSRM) projects and is set aside for small businesses under NAICS code 541330. The selected firm will be offered a task order ceiling of $35 million over a ten-year period, with individual task orders ranging from $2,500 to $10 million. Proposals must include qualifications via the SF330 form, with a due date of May 23, 2025. Key evaluation criteria include specialized experience, professional qualifications, geographic knowledge, capacity for the work, and past performance. The project includes designs for structural upgrades, internal reconstruction, and facility service improvements, emphasizing collaboration and compliance with military and historical standards. Contractors are reminded to establish strong business relationships and demonstrate relevant past project experience, particularly in projects involving hangar renovations and seismic structural work. The Air Force intends to ensure high-quality contractor selection through detailed evaluation processes to promote effective design and execution of the renovation project.
    The Air Force seeks to contract a Small Business Architect-Engineer firm for Title I and Title II services related to the renovation of Hangar 225 at Hill Air Force Base, as outlined in an official synopsis (FA8903-25-R-0009). This Single Award Task Order Contract will support Facility Sustainment, Restoration, and Modernization (FSRM) efforts with a total ceiling of $35 million, and a minimum task order limit of $2,500. Offerors must submit SF330 documents by May 19, 2025, adhering to a total small business set-aside policy under NAICS 541330. Proposals will be evaluated based on specialized experience, professional qualifications, geographic proximity, capacity to accomplish work, and past performance, with particular emphasis on experience with hangar renovations and seismic retrofitting. A non-mandatory site visit is scheduled for April 23, 2025, and inquiries are due by April 28, 2025. Contractors must demonstrate robust relationships with teaming partners and compliance with submission criteria, ensuring quality contributions to the successful completion of task orders. The selection procedure follows the Brooks Act, focusing on the most highly qualified applicant by assessing technical competence and previous project performances.
    Similar Opportunities
    Architecture Engineer Indefinite Delivery Indefinite Quantity Contract - Hill AFB A-E25
    Buyer not available
    The Department of Defense is seeking qualified architect-engineer firms to participate in an Indefinite Delivery Indefinite Quantity (IDIQ) contract for Architect-Engineer (A-E) services at Hill Air Force Base in Utah. The contract will cover a range of services including design, quality assurance, cost estimating, and documentation for construction projects, with a total program ceiling of $136 million and a maximum of ten awards anticipated by September 2025. These services are crucial for ensuring compliance with federal standards and delivering high-quality construction projects that meet the mission requirements of the 75th Civil Engineering Group. Interested firms must submit their qualifications via Standard Form 330, adhering to specific submission requirements and deadlines, and can contact Kristen Magoni at kristen.magoni@us.af.mil or Steven Nattress at steven.nattress@us.af.mil for further information.
    Hangar Door Maintenance
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide Hangar Door Maintenance Services at Seymour Johnson Air Force Base in Goldsboro, North Carolina. The procurement aims to ensure the operational readiness and safety of hangar door systems through regular inspections, preventive maintenance, and necessary repairs, with a focus on compliance with safety regulations and manufacturer specifications. This contract, identified by solicitation number FA480925Q0032, is set aside for small businesses, particularly women-owned enterprises, and has an estimated total value of approximately $12.5 million over a five-year period. Interested parties must submit their proposals by June 20, 2025, and can direct inquiries to 2d Lt Hunter Bailey at hunter.bailey.5@us.af.mil or Ryan Ryea at ryan.rhea.2@us.af.mil for further clarification.
    DEPARTMENT OF STATE RENOVATION HANGARS 985 AND 986 BUREAU OF INTERNATIONAL NARCOTICS AND LAW ENFORCEMENT AFFAIRS Patrick SFB, Florida
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Jacksonville District, is seeking proposals for the design and renovation of Hangars 985 and 986 at Patrick Space Force Base in Florida. The project involves a comprehensive renovation of Hangar 985, including gutting and refurbishing the interior, as well as improvements to Building 986 to address health hazards and enhance functionality. This construction project is significant, with an estimated value between $25 million and $100 million, and is expected to be completed within 973 calendar days after the notice to proceed. Interested contractors must submit their proposals by 2:00 PM EST on June 24, 2025, and should contact Isis Hill at isis.s.hill@usace.army.mil or William Wallace at william.j.wallace@usace.army.mil for further information.
    AIS Technical Order Maintenance
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the AIS Technical Order Maintenance contract to support F-16 avionics systems at Hill Air Force Base in Utah. The contractor will be responsible for revising and maintaining the F-16 AIS Series of Test Stations Technical Orders, ensuring they remain current and accurate to meet operational needs. This work is critical for the effective use of the F-16 avionics suite, involving tasks such as incorporating government-directed changes, drafting and editing technical documents, and managing quality checks prior to publication. Interested vendors should note that the performance period is set from July 1, 2025, to June 30, 2026, and must direct inquiries to Christian Barwick or Heidi Hodgson via their provided emails.
    REPAIR AIRCRAFT FIRE TRAINING FACILITY HOMESTEAD AIR RESERVE BASE (HARB) FL
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of the Aircraft Fire Training Facility at Homestead Air Reserve Base (HARB) in Florida. This project, which is a total small business set-aside, requires contractors to furnish all labor, materials, equipment, and transportation necessary to complete the work as outlined in the Statement of Work dated April 24, 2025. The estimated budget for this firm-fixed-price contract ranges from $1 million to $5 million, with a performance period of approximately 180 calendar days following the issuance of the Notice to Proceed. Interested parties must submit their proposals electronically by June 5, 2025, to the designated contacts, Viviane Filias and Sandy Guite, with a mandatory site visit scheduled for May 16, 2025, to facilitate understanding of the project requirements.
    F-35 AGE Extension Cord Reel Carts
    Buyer not available
    The Department of Defense, specifically the Air Force, is seeking contractors for a Firm Fixed Price Contract to design and provide AGE Extension Cord Reel Carts for use at Hill Air Force Base in Utah. The procurement requires the delivery of one prototype for proof of concept, followed by an order for twenty-five additional units upon acceptance by the Government Engineering Representative. This initiative is crucial for enhancing aircraft maintenance capabilities, ensuring compliance with procurement protocols, and maintaining operational readiness for F-35 operations. Interested small businesses must submit proposals by May 22, 2025, and can reach out to primary contact Kyle McDermott at kyle.mcdermott.1@us.af.mil or secondary contact Shelly Bachison at shelly.bachison@us.af.mil for further inquiries.
    Environmental Analysis for Propellant Facility at LMTF
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals from qualified small businesses for an Environmental Assessment (EA) related to the establishment of a Propellant Loading Facility (PLF) at Hill Air Force Base in Utah. The contractor will be responsible for producing an EA that complies with the National Environmental Policy Act (NEPA) and associated regulations, assessing potential environmental impacts of hydrazine loading operations, and providing necessary documentation and recommendations for mitigation measures. This project is critical for supporting the Sentinel program and ensuring compliance with federal environmental standards. Proposals are due by May 22, 2025, with an estimated contract value under $250,000 and a performance period of 12 months post-award. Interested parties can contact Kennedy Conroy at kennedy.conroy@us.af.mil or Odalys Molina at odalys.molina@us.af.mil for further information.
    Sources Sought: FA8228-25-Electronic Engineering Support
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking sources for electronic engineering support through a Sources Sought notice titled "FA8228-25-Electronic Engineering Support." The procurement aims to gather information on potential contractors capable of providing engineering support and project management for the 309th Electronics Maintenance Group at Hill Air Force Base, Utah, focusing on upgrades and modifications to aging test systems critical for aircraft component maintenance. This opportunity is particularly relevant for small businesses, including those classified as 8(a), Service-Disabled Veteran-Owned, Hubzone, and Women-Owned, as the government is exploring competitive and small business set-aside options. Interested parties should contact Nate Littlewood at nathanial.littlewood@us.af.mil or 801-586-3432, or Merrick Flygare at merrick.flygare@us.af.mil or 801-775-2223 for further details, and are encouraged to review the attached Performance-Based Work Statement for comprehensive requirements.
    Alter Controlled Space, Building 90033
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the alteration of controlled space in Building 90033 at Hurlburt Field, Florida. This project falls under the NAICS code 236220, focusing on commercial and institutional building construction, and is set aside for small businesses as per FAR 19.5 guidelines. The procurement is critical for enhancing operational capabilities within the facility, ensuring compliance with updated specifications and requirements. Interested contractors should note that the proposal deadline has been extended to June 3, 2025, at 2:00 PM Central Daylight Time, and can direct inquiries to Makail Betsill at makail.betsill@us.af.mil or Jaysen Cortez at jaysen.cortez.1@us.af.mil for further information.
    Solicitation - Hanger 9 Renovation at the Mike Monroney Aeronautical Center (MMAC), Oklahoma City, OK
    Buyer not available
    The Department of Transportation, through the Federal Aviation Administration (FAA), is soliciting proposals for the renovation of Hangar 9 at the Mike Monroney Aeronautical Center in Oklahoma City, Oklahoma. This full and open competition project requires contractors to provide all necessary labor, materials, and equipment to complete the renovation in accordance with the attached specifications and drawings, with an estimated price range between $5,000,000 and $10,000,000. The renovation is crucial for modernizing the facility to support ongoing operational efficacy and compliance with safety and environmental standards. Interested contractors must attend a mandatory pre-proposal conference on May 20, 2025, and submit their proposals by the specified deadlines, with inquiries directed to Contracting Officer Andre Casiano at andre.casiano@faa.gov or by phone at 405-954-7850.