ContractSolicitationTotal Small Business Set-Aside (FAR 19.5)

Architecture and Engineering IDIQ - Edwards AFB

DEPT OF DEFENSE FA930126R0004
Response Deadline
Apr 9, 2026
6 days left
Days Remaining
6
Until deadline
Set-Aside
Total Small Business Set-Aside (FAR 19.5)
Notice Type
Solicitation

Contract Opportunity Analysis

The Department of the Air Force’s Air Force Test Center at Edwards Air Force Base is seeking a single-award, small-business-set-aside IDIQ contract for multi-discipline architect-engineer services. The work covers Title I and Title II support, including designs, plans, specifications, reports, master planning, engineering studies, new vertical construction, major renovations, and infrastructure systems, with projects primarily at Edwards AFB and associated sites. Selection will use Brooks Act qualifications-based procedures and SF330 review, with emphasis on professional qualifications, technical competence, capacity, past performance, locality, and CAD capability; the seed project focuses on renovation design for Building 2412, a dining facility at Edwards AFB. Firms must submit revised SF330 packages electronically through DoD SAFE after requesting a unique link, with RFIs due March 11 and the submittal deadline extended to March 30.

Classification Codes

NAICS Code
541310
Architectural Services
PSC Code
C211
ARCHITECT AND ENGINEERING- GENERAL: LANDSCAPING, INTERIOR LAYOUT, AND DESIGNING

Solicitation Documents

15 Files
Attachment 8 - Past Performance Questionnaire for AE IDIQdocx.pdf
PDF338 KBApr 1, 2026
AI Summary
The 412th Civil Engineering Group of Edwards AFB is seeking to competitively select a source for a Single-Award, Indefinite-Delivery/Indefinite-Quantity (IDIQ) contract for multi-discipline Architect-Engineer (A-E) services. This document, Attachment #1, is a Past Performance Questionnaire (PPQ) designed to evaluate offerors' past performance. It collects information on the contractor and project, including contract numbers, dollar amounts, and performance dates. Respondents are asked to rate the contractor's performance across 23 criteria using a scale from Exceptional to Unsatisfactory, with narrative explanations required for Marginal or Unsatisfactory ratings. The questionnaire also asks about cure/show cause notices, contract terminations, and whether the respondent would award another contract to the contractor. Completed questionnaires are considered Source Selection Sensitive Information and are to be emailed to Adam R. Confer and Lucas Jochem.
Attachment 1 - A-E Basic Statement of Work.pdf
PDF1825 KBApr 1, 2026
AI Summary
This government Statement of Work outlines an Indefinite Delivery/Indefinite Quantity (IDIQ) contract for Architect-Engineer (A-E) services at Edwards Air Force Base, California, including Air Force Research Laboratory and Air Force Plant 42. The contract requires multi-discipline A-E services on an "as-needed" basis for the design and investigation of construction projects, encompassing mechanical, electrical, fire protection, communication, interior design, civil, structural, geotechnical, and environmental engineering. The A-E firm will provide Title I (investigative, analysis, and design services within Brooks Act limits) and Title II (construction supervision and inspection) services. Key deliverables include design documents at various stages (15%, 35%, 65%, 95%, 100%), cost estimates, specifications following CSI Master Format 2016, and real property documentation. The contract emphasizes strict adherence to government standards, security regulations, and environmental protections, including specific requirements for base access, permits, and personnel qualifications. All task orders will be firm fixed-price, issued against the basic contract terms and conditions.
Question and Answers 3-20.pdf
PDF105 KBApr 1, 2026
AI Summary
The document addresses questions regarding Solicitation no. FA930126R0004 for A/E IDIQ Edwards AFB. A key query concerned the availability of the Past Performance Questionnaire (PPQ) mentioned in Attachment 2, page 10, paragraph 1. In response, the government has uploaded the PPQ to the RFQ and extended the RFQ period by two days to ensure compliance. Additionally, the document advises Offerors planning to submit an SF330 to promptly request a DODSAFELINK, and to re-request if they have not yet received one.
Question and Answers 3-4 and 3-5.pdf
PDF102 KBApr 1, 2026
AI Summary
The document addresses numerous questions and answers regarding the submission requirements and source selection criteria for a government solicitation. Key modifications include confirming 10 projects are required for Section F, increasing the page limit for Section F from 8 to 20 pages, and allowing one page per teaming partner office location for SF330 Part II. The requirement for a "Highly Qualified" rating in Criterion 1, mandating in-house staff for primary disciplines, will not be modified, meaning small businesses must meet this internally or through their prime. The document clarifies that three total individuals are required for the Criterion 1 team, not three per category. Urban Planner must be included in Section E, and additional resumes for primary disciplines are acceptable within the 20-resume limit. Clarifications for AutoCAD usage and Knowledge of Locality in Section H are provided, with an additional page allowed for design capabilities if needed. The page limit for Section H Past Performance is increased to 10 pages. The overall SF330 Part 1 page limit is increased from 55 to 60 pages, with specific allowances for Part II. No extension to the submission deadline is anticipated.
Attachment 2 - Source Selection Criteria.pdf
PDF194 KBApr 1, 2026
AI Summary
The document outlines the source selection criteria for the FA9301-26-R-0004 Architect-Engineering (A-E) Indefinite Delivery/Indefinite Quantity (IDIQ) contract at Edwards Air Force Base, California. The selection process adheres to federal acquisition regulations and involves evaluating firms based on six equally important primary criteria and two less important secondary criteria. Primary criteria include 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, used as tie-breakers, are location and average volume of federal work. Firms are rated as Highly Qualified, Qualified, or Unqualified based on specific requirements for each criterion, with Unqualified firms being ineligible for award. The most highly qualified firms will be invited to submit price proposals, leading to negotiations for mutually satisfactory contracts.
Attachemnt 7 - (NEW) Seed Project PWS_DSN-DFAC_1APRIL2026.pdf
PDF454 KBApr 1, 2026
AI Summary
This Performance Work Statement outlines the Architect-Engineering services required for the renovation of Building 2412, a dining facility at Edwards Air Force Base. The project aims to modernize the facility by optimizing the serving area, increasing seating capacity by 25%, and relocating/consolidating office spaces, adhering to specific UFC and AFI standards. The scope includes preparing a comprehensive construction design package, cost estimates, and renderings. Key tasks involve a contract kickoff meeting, ongoing project management, a 35% design package with data gathering and stakeholder interviews, on-site design reviews at 35% and 95% completion, and a final 100% "Issue for Construction" design package. The project has a 180-day performance period, with deliverables including a Project Management Plan, monthly status reports, and various design submittals. All generated documents and materials will be property of the U.S. Government.
Question and Answers 3-10.pdf
PDF106 KBApr 1, 2026
AI Summary
This document addresses a question regarding the government's requirement for prime firms to maintain in-house staff for primary disciplines to achieve a “Highly Qualified” rating under Criterion 1 in a Total Small Business Set-Aside under an Architectural NAICS code. The question seeks clarification on why firms using consultant partners would be less competitive. The government's response emphasizes that mandating in-house staff ensures greater quality control and team stability, guaranteeing that the core expertise presented in the proposal is consistently dedicated to the project. The government also states that if no small business can meet this stringent requirement, all offerors would be evaluated on a similar playing field, making other criteria more critical. The overall intent is to ensure high performance and accountability in contracts.
Attachment 6 - Edwards AE IDIQ Submission Requirements - Corrected.pdf
PDF227 KBApr 1, 2026
AI Summary
The Edwards AE IDIQ Submission Requirements (Solicitation #FA9301-26-R-0004, Attachment 6) outlines the detailed instructions for submitting Architect-Engineer Qualifications (SF330). Submissions must be electronic via DoD SAFE, with firms requesting a unique link at least 48 hours prior to the deadline. The submission must be a single, consolidated PDF, with Part I (Contract-Specific Qualifications) preceding Part II (General Qualifications). Strict page limitations are enforced, with a maximum of 60 pages for SF330 Part I, one page for the Prime Contractor's SF330 Part II, and additional pages for non-local offices and teaming partners. Teaming Agreements are excluded from page counts. The document further details specific content and page limits for various sections of SF330 Part I, including organizational charts (2 pages), key personnel resumes (1 page per person, max 20), example projects (1 page per project, max 20), key personnel participation (1 page), capacity (2 pages), and past performance (1 page per project, max 10). SF330 Part II requirements for general qualifications are also specified, allowing for multiple pages as needed for local, non-local, and teaming partner offices. Finally, firms must provide executed Teaming Agreements.
Attachment 7 - Seed Project PWS_DSN-Courthouse_B2800_21JULY2025.pdf
PDF491 KBApr 1, 2026
AI Summary
This Performance Work Statement outlines the Architect-Engineering Services required to develop a construction design package for renovating a portion of Building 2800 at Edwards Air Force Base into a Federal Courthouse and expanding the Staff Judge Advocate offices. The project, FSPM25SL017, involves converting approximately 11,500 square feet of existing administrative space. Key tasks include a virtual contract kickoff meeting, ongoing project management, data gathering with on-site visits and stakeholder interviews, and comprehensive design reviews at 35% and 95% completion. The contractor will produce a final 100% Issue for Construction design package, including drawings, specifications, 3D renderings, and cost estimates, adhering to various Air Force and building codes. The period of performance is 180 days, with work primarily at the contractor's office and partially on-site.
Attachment 6 - Edwards AE IDIQ Submission Requirements.pdf
PDF92 KBApr 1, 2026
AI Summary
Solicitation # FA9301-26-R-0004, Attachment 6, outlines the submission requirements for the Edwards Architect-Engineer Indefinite Delivery/Indefinite Quantity (AE IDIQ) contract. Interested firms must electronically submit a complete Standard Form 330 (SF330) via DoD SAFE, requesting a unique link from the Contracting Officer and Contract Specialist at least 48 hours prior to the deadline. The submission must be a single, consolidated PDF, with Part I (Contract-Specific Qualifications) followed by Part II (General Qualifications). Strict page limitations are enforced: a total of 55 pages for the entire SF330, one page for the Prime Contractor's SF330 Part II, one additional page for each of the Prime’s non-local offices, and one additional page for each proposed Teaming Partner. Teaming Agreements are excluded from page counts. The document further details specific page limits for sections within SF330 Part I, including four pages for Sections A-C, two for the Organizational Chart, 20 for Key Personnel Resumes, eight for Example Projects, one for Key Personnel Participation, two for Capacity, and eight for Past Performance. SF330 Part II requirements allow for flexibility in page count based on the number of offices and teaming partners.
Question and Answers 3-3.pdf
PDF106 KBApr 1, 2026
AI Summary
This government file, dated March 3, 2026, provides crucial updates and clarifications regarding a solicitation, likely an RFP or similar government procurement. Key information includes the proper method and deadline for submitting Requests for Information (RFI), which must be sent to the Contracting Team (Adam and Lucas) by March 11th. The document also clarifies the applicable NAICS code as 541310 and extends the submittal deadline by one day to March 30th, emphasizing that the dates in the SAM posting supersede any old dates in the Draft RFQ Document. A critical note advises against requesting DOD SAFELINKS until ready to submit, as they have a limited validity period.
Solicitation - FA930126R0004 - Draft.pdf
PDF1614 KBApr 1, 2026
AI Summary
The document is a solicitation for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract for Architect-Engineering (A-E) services at Edwards Air Force Base, California, including the Air Force Research Laboratory (AFRL) and Air Force Plant 42. The contract, FA930126R0004, is a 100% Small Business Set-Aside with a NAICS code of 541310 and a size standard of $12,500,000.00 in annual receipts. The estimated total contract value is $25,000,000.00, with a minimum order value of $5,000.00 and a maximum task order value of $5,000,000.00. The period of performance is from April 1, 2026, to March 31, 2031. Services include Title I (investigative, analysis, and design) and Title II (construction quality assurance and oversight) A-E services, to be delivered on an as-required basis. The contract incorporates various FAR and DFARS clauses, including those for payment, order limitations, subcontracting, and responsibility matters. Offerors must comply with electronic invoicing through the Wide Area WorkFlow (WAWF) system.
Attachment 5 - Edwards AFB Design Standards.pdf
PDF820 KBApr 1, 2026
AI Summary
The Edwards Air Force Base (AFB) Design Standards, updated January 2017, outlines comprehensive requirements for facilities' design, construction, operation, and maintenance. The document emphasizes incorporating industry standards, life-cycle benefits, and sustainable design principles to support current and future mission needs efficiently and safely. Key areas covered include general design and construction requirements, project siting, job site standards, CAD requirements, and standard design references such as the Unified Facilities Criteria (UFC). The standards detail architectural elements like color schemes, exterior design materials (metal, concrete, CMU, EIFS, stucco), roofing systems (BURs, cool roofs, standing seam metal roofs), windows, doors, interior finishes, flooring, and appurtenances. Additionally, it addresses landscaping, civil engineering aspects (utilities, roads, parking, demolition), mechanical systems (HVAC, plumbing), fire protection, electrical systems, industrial control systems (ICS), environmental considerations, intrusion detection systems (IDS), and fuel systems. The document ensures compliance with federal, state, and Air Force regulations, including those for accessibility (ABA) and historic preservation (NHPA), prioritizing the safety and health of personnel and the environment.
Attachment 4 - SF330.pdf
PDF1048 KBApr 1, 2026
AI Summary
Standard Form 330 (SF330) is a crucial document for Architect-Engineer (A-E) firms to submit their professional qualifications for federal contracts, as mandated by 40 U.S.C. chapter 11 and FAR Part 36. Federal agencies use this form to evaluate and select A-E firms based on competence and qualifications. The form is divided into two parts: Part I, which details contract-specific qualifications including proposed team, key personnel resumes, and relevant project examples; and Part II, which outlines the firm's general qualifications, such as employees by discipline, experience profile, and average annual professional services revenues. Agencies use Part II for initial selections, while Part I is submitted for specific contracts. The instructions emphasize compliance with agency-specific requirements, conciseness, and accuracy of information. Definitions for key terms like A-E services, branch office, discipline, firm, and key personnel are provided. The form ensures a standardized approach to evaluating A-E firms for federal projects, prioritizing professional qualifications and fair negotiation.
Attachment 3 Pricing Schedule Template.xlsx
Excel42 KBApr 1, 2026
AI Summary
The document FA4610-11-R-0034, Attachment 1, is a multi-page Negotiation Worksheet and A-E Task Order Rate Worksheet for an Architect-Engineer (A-E) contract with <<Ktr XYZ>>. It outlines labor categories, travel expenses (per diem), and reproduction costs for various architectural and engineering services. The file is structured to detail base hourly rates, overhead, G&A, and profit percentages for a wide range of professionals, including architects, engineers (structural, civil, mechanical, electrical, environmental, fire protection, geotechnical), community planners, landscape architects, surveyors, cost estimators, spec writers, and AutoCAD drafters, as well as administrative staff. Additionally, it specifies rates for travel (meals, lodging, mileage, hotel, airfare) and reproduction services (drawing photocopies, letter-size photocopies, CD/DVDs, binders, color renderings, delivery). The document also includes a summary for contract years 1 through 4, detailing escalation, overhead, and profit percentages, which are all listed as 0.00% in the provided excerpt. The final page, an A-E Task Order Rate Worksheet, is specifically for the DSN Renovate / Convert Federal Courthouse B2800 project, with a performance period of 180 calendar days, outlining quantities and negotiated FFP rates for labor, subconsultants/other services, per diem, and reproduction. All monetary fields are currently populated with zeroes, indicating that this is a template or an unfinalized negotiation document.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedFeb 25, 2026
amendedAmendment #1Mar 2, 2026
amendedAmendment #2· Description UpdatedMar 3, 2026
amendedAmendment #3Mar 20, 2026
amendedAmendment #4· Description UpdatedMar 31, 2026
amendedLatest Amendment· Description UpdatedApr 1, 2026
deadlineResponse DeadlineApr 9, 2026
expiryArchive DateApr 15, 2026

Agency Information

Department
DEPT OF DEFENSE
Sub-Tier
DEPT OF THE AIR FORCE
Office
FA9301 AFTC PZIO

Point of Contact

Name
Lucas Jochem

Place of Performance

California, UNITED STATES

Official Sources