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

CONSTRUCTION OF OTHER AIRFIELD STRUCTURES (Y1BZ)

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
    14459 - Anchor Points Follow-On
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide non-personal services for anchor points and fall protection at Hill Air Force Base in Utah. The procurement involves comprehensive inspections and recertifications of anchor points, rails, trolleys, and associated hardware, along with minor repairs during recertification, as outlined in the Performance Work Statement. These services are critical for ensuring safety and compliance with regulations at the U.S. Air Force's Ogden Air Logistics Complex and Utah Training & Test Range. Interested small businesses must contact Hugo Ruano Gutierrez or Lelauni Jenkins for further details, with proposals due in accordance with the solicitation timeline.
    Multiple Award Task Order Contract for Resilient Architect-Engineer Services (RAES)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is issuing a presolicitation for a Multiple Award Task Order Contract (MATOC) for Resilient Architect-Engineering Services (RAES) with a total contract ceiling of $3.4 billion. This contract aims to support Facility Sustainment, Restoration, and Modernization (FSRM) and Military Construction (MILCON) projects, encompassing both Title I and Title II services, and will be available for firms across the continental United States and outlying areas. The procurement is particularly significant as it includes a Partial Small Business Set-Aside, with a reserve for Woman-Owned Small Businesses, and anticipates awarding contracts to approximately six Other-than-Small Business firms and five Small Business firms. Interested parties should note that a virtual Industry Day is scheduled for December 16, 2025, with SF330 submissions due by January 30, 2026. For further inquiries, contact Salvador Castillo at salvador.castillo@us.af.mil or by phone at 830-719-5161.
    INDUSTRY DAY: SURVIVABLE AIRBORNE OPERATIONS CENTER (SAOC), Offutt AFB, NE (SAOC) CONSTRUCTION
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers – Omaha District, is hosting an Industry Day for the Survivable Airborne Operations Center (SAOC) Program and the construction of a 2-Bay Maintenance Hangar and Taxiway at Offutt Air Force Base, Nebraska. This procurement involves the construction of a 315,000 square foot maintenance hangar designed to accommodate two Boeing 747-8i aircraft, along with necessary support facilities and infrastructure, with an estimated construction cost exceeding $500 million. The event, scheduled for January 22, 2026, will provide prime contractors the opportunity to learn about the project, engage in a Q&A session, and request one-on-one interviews with government representatives, with a focus on contractors capable of bonding $1 billion or more for a single project. Interested parties must contact Margarette Wolfe or Jessica Jackson by January 20, 2026, to request a time slot for the one-on-one sessions.
    THEATER AIRCRAFT CORROSION CONTROL PREP HANGAR, KADENA AIR BASE, OKINAWA, JAPAN
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the construction of a Theater Aircraft Corrosion Control Prep Hangar at Kadena Air Base, Okinawa, Japan. This project involves the design and construction of a facility that includes two hangar bays dedicated to corrosion treatment, painting, and preparation, along with necessary supporting infrastructure such as utilities, HVAC, and fire protection systems. The facility is crucial for maintaining the operational readiness of large-bodied aircraft, ensuring they are protected from corrosion and other environmental factors. Proposals are due by January 6, 2026, with an estimated contract value between $250 million and $500 million. Interested contractors can reach out to Valeria Fisher at valeria.fisher@usace.army.mil or Jack T. Letscher at Jack.T.Letscher@usace.army.mil for further information.
    Fair Opportunity Exception - Title II Services for Hangar 4 Construction
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for Title II services related to the construction of Hangar 4 at Joint Base Andrews in Maryland. This procurement involves the repair or alteration of fuel supply facilities, which are critical for maintaining operational readiness and safety at the base. Interested parties should refer to the attached Fair Opportunity Exception Justification document for further details. For inquiries, potential bidders can contact Anita Brown at anita.brown@us.af.mil or by phone at 301-981-1949, or Kerryn P. Loan at kerryn.loan@us.af.mil or 240-612-5652.
    FY26 Airfield Pavement Preventative Maintenance
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the FY26 Airfield Pavement Preventative Maintenance project at Dover Air Force Base in Delaware. This opportunity is a 100% Small Business set-aside, requiring contractors to provide all labor, materials, equipment, and tools necessary for airfield pavement maintenance, with a project magnitude estimated between $250,000 and $500,000. The contract will be a Firm Fixed Price type with a performance period of 365 calendar days, emphasizing the importance of maintaining airfield infrastructure for operational readiness. Proposals are due by 1:00 PM EST on January 9, 2026, and must remain valid through March 31, 2026; interested parties should direct inquiries to SSgt Mariah Thompson at mariah.thompson@us.af.mil or Mr. Dimas Bernacchia at dimas.bernacchia.2@us.af.mil.
    Maine Air National Guard Fuel Cell Hangar Construction
    Dept Of Defense
    The Department of Defense, through the Maine Air National Guard, is seeking bids for the construction of a Fuels Systems Maintenance Hangar at Bangor Air National Guard Base in Maine. This project requires a contractor to provide all necessary labor, materials, and supervision to complete the construction using conventional methods, with a contract duration of 672 calendar days following the notice to proceed. The opportunity is set aside exclusively for small businesses, with a contract value estimated between $25 million and $100 million, and the solicitation is expected to be issued around December 29, 2025. Interested contractors should contact Cameron Doncet Hall at 207-404-7353 or via email at 101.msg.msc.contracting@us.af.mil for further details, and must be registered in the System for Award Management (SAM) to participate.
    FY25 MCA PN76898 Aircraft Maintenance Hangar, Wheeler Army Airfield, Oahu, Hawaii
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, Honolulu District, is preparing to solicit bids for the construction of an Aircraft Maintenance Hangar at Wheeler Army Airfield in Oahu, Hawaii. This project involves a Design-Bid-Build approach and aims to construct a medium standard design hangar along with associated maintenance facilities, which are critical for supporting Combat Aviation Brigade operations and enhancing airfield readiness. The estimated contract value ranges between $100 million and $250 million, with a performance period of approximately 1,186 calendar days. Interested contractors should register as a vendor in the Procurement Integrated Enterprise Environment (PIEE) and maintain an active registration with the System for Award Management (SAM). For further inquiries, contact Brett Watanabe at brett.j.watanabe@usace.army.mil or call 808-835-4045.
    HMIT Test Stand Maintenance
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors to provide maintenance and repair services for two Helmet Mounted Integrated Targeting System (HMIT) Test Stands for the 523rd Electronics Maintenance Squadron (EMXS) at Hill Air Force Base in Utah. The contractor will be responsible for delivering all necessary management, tools, parts, supplies, equipment, and labor to ensure the operational readiness of the HMIT Test Stands, which are critical for testing and maintaining advanced targeting systems. Key services include technical assistance, coordination on replacement parts, on-site repairs, and software support, with strict adherence to performance thresholds and compliance with Air Force Instructions and OSHA standards. Interested parties can contact Costadena Bournakis at costadena.bournakis@us.af.mil or 801-586-8593, or Merrick Flygare at merrick.flygare@us.af.mil or 801-775-2223 for further details.
    SABER IDIQ
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the Simplified Acquisition of Base Engineering Requirements (SABER) through an Indefinite Delivery/Indefinite Quantity (IDIQ) contract at Nellis Air Force Base, Creech Air Force Base, and the Nevada Test and Training Range. This contract, set aside for HUBZone firms, aims to provide a wide range of construction and maintenance services, including carpentry, plumbing, HVAC, and electrical work, with individual task orders valued between $15,000 and $4 million, and a total ceiling amount not exceeding $185 million over a five-year period. Interested contractors must register in the System for Award Management (SAM) and submit their proposals by January 23, 2026, following a pre-proposal conference scheduled for October 29, 2025. For further inquiries, potential bidders can contact Corrine Lemon at corrine.lemon@us.af.mil or Angela Mendoza at angela.mendoza.1@us.af.mil.