Request for Qualifications (RFQ) for Project XUMU 252215CR, Concept Charrette Report, Renovate Building 7050, Vandenberg SFB, CA
ID: 252215CRType: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4610 30 CONS PKVANDENBERG SFB, CA, 93437-5212, 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, specifically the Department of the Air Force, is seeking qualified architect-engineer firms to provide services for the renovation of Building 7050 at Vandenberg Space Force Base, California, through the Request for Qualifications (RFQ) for Project XUMU 252215CR. The selected firm will be responsible for producing a Concept Charrette Report (CCR) that includes detailed engineering solutions, cost estimates, and compliance with applicable regulations, as the building is to be transformed into a Coalition Operations Center. This project emphasizes the importance of sustainability and energy efficiency while ensuring that the facility meets operational security and technical needs. Interested firms must submit their qualifications, including an SF330 form and past performance documentation, by May 1, 2025, at 3:00 PM PDT, to the designated contacts, Meghann E. Applebay and Jennifer Paccioretti, with the contract anticipated to be a total small business set-aside.

    Files
    Title
    Posted
    The U.S. Space Force's Space Launch Delta 30 issued a Request for Qualifications (RFQ) for a study on the reconfiguration of Building 7050 at Vandenberg Space Force Base. This building currently serves as an administrative and operational facility supporting launch operations. Future plans involve transforming it into a Coalition Operations Center, complete with multiple computer stations, administrative offices, an auditorium, and leisure spaces. The RFQ outlines requirements for qualified personnel across various roles and clarifies submission guidelines for past performance documentation and resumes. Key details include the project's design and technical specifications, the acceptable experience for both prime contractors and subcontractors, and expectations regarding professional qualifications. Environmental concerns related to the building’s renovation are acknowledged, along with the need for assessments of existing infrastructure. Amendments to the RFQ are expected to expand professional requirements and clarify submission formats. Overall, the document emphasizes establishing a collaborative workspace that meets both operational security and technical needs while involving stakeholders in the design process.
    The Concept Charrette Report (CCR) for renovating Building 7050 at Vandenberg Space Force Base, CA, outlines the requirements for the renovation project through a comprehensive process led by an Architect-Engineer (A-E). The primary objectives include relocating existing tenants and upgrading the building for new occupants. The A-E will develop several courses of action (CoAs), including detailed cost estimates and conceptual drawings, ensuring compliance with all relevant federal, state, and local regulations, such as Department of Defense standards and environmental requirements. Key deliverables include a draft and final CCR, completed DD Forms 1391 and 813 for project approval, and various reports such as economic analyses and environmental impact assessments. The A-E is also tasked with conducting site surveys to gather conditions data, verifying existing site conditions, and assessing hazards like asbestos. The report outlines strict compliance with sustainability practices, energy efficiency requirements, and documentation protocols, emphasizing collaborative planning with base personnel. This CCR serves as a critical step in securing funding and approvals for the modernization initiative, reflecting the government's commitment to maintaining and enhancing its facility capabilities in alignment with Air Force standards.
    The document is a Past Performance Questionnaire (PPQ) required for evaluating an Offeror's past performance for a project under the Veterans Health Administration (VHA) Program Contracting Activity Central (PCAC). It consists of sections designed for both the respondent (Offeror) and the client (evaluator). The PPQ collects essential contractor information, including contract details, project description, and evaluator feedback on the contractor's performance. Evaluation criteria include the quality of work, adherence to schedules, communication effectiveness, management capabilities, cost management, and subcontracting oversight. Each criterion is rated on a scale ranging from "Outstanding" to "Unsatisfactory," with space for additional comments. The form emphasizes that completed PPQs are to be submitted by the evaluator directly to the Offeror for incorporation into their SF330 submission. Timely submission is crucial, as late responses will not be considered. The overall intent of the PPQ is to provide insight into the Offeror's ability to meet contract requirements and expectations based on past performance, thereby influencing contract award decisions. This reflects a systematic approach for government RFPs to assess prospective contractors.
    The Past Performance Questionnaire (PPQ) outlines a structured process for evaluating contractors submitting proposals for projects at Vandenberg Space Force Base, California, specifically for the 30th Contracting Squadron (30 CONS). The document is divided into two sections: Section 1 requires contractors to provide detailed contract information, including the contractor's name, project details, and a description of their past performance. Section 2 is completed by the evaluator, assessing the contractor's performance based on key metrics such as quality, timeliness, communication, management, cost control, and subcontractor management. Each criterion offers a rating scale from "Outstanding" to "Unsatisfactory" for effective performance measurement. Evaluators are also prompted for additional comments and to confirm their willingness to work with the contractor again. The PPQ serves as an essential evaluation tool to ensure that the contractor’s past performance aligns with the project requirements outlined in the solicitation. Overall, the PPQ aids in the selection process for awarding contracts by gathering thorough insights into a contractor's previous work and reliability.
    The document appears to encompass a wide range of federal and state/local Requests for Proposals (RFPs) and grants, although significant portions are unintelligible due to data corruption. The main purpose seems to be the solicitation of bids for various government projects, potentially focusing on infrastructure, environmental assessments, or community services. Key points likely include requirements for proposals, eligibility criteria for grant applications, and detailed instructions on submission processes. Emphasis is presumably placed on compliance with regulations, expected outcomes, and the importance of demonstrating capability in project execution. Overall, the document conveys a structured approach for stakeholders to engage with government funding opportunities while highlighting the necessity for thorough documentation and adherence to stipulated guidelines. Despite the corrupted sections, the foundational aspects of government procurement strategies are discernible.
    Similar Opportunities
    SENTINEL AIR EDUCATION TRAINING COMMAND FORMAL TRAINING UNIT (AETC FTU)
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is soliciting proposals for the construction of the Sentinel Air Education Training Command Formal Training Unit (AETC FTU) at Vandenberg Space Force Base in California. This project involves the construction of a 16,489 square meter (177,490 square feet) training facility designed to support Sentinel training for maintenance and operations, integrating student instruction and lab curriculum to enhance collaboration and reduce transit times between venues. The estimated contract value ranges from $100 million to $250 million, with a project duration of 1,000 calendar days, and it is issued as an unrestricted full and open competition. Interested parties can contact Raj Cooper at raj.cooper@usace.army.mil or by phone at 213-452-3168 for further details.
    FY26 A&E IDIQ Scott AFB, IL
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is seeking qualified architect-engineer firms to provide Title I and Title II services under an Indefinite Delivery, Indefinite Quantity (IDIQ) contract at Scott Air Force Base, Illinois. The procurement aims to award contracts to up to five small business firms for multi-discipline A-E services that will support the Base Civil Engineer's real property and construction programs, with each contract potentially spanning one base year and four option periods. Interested firms must submit their qualifications using Standard Form 330 by 3:00 p.m. CST on January 6, 2026, and are required to be registered in the System for Award Management (SAM) and licensed to practice in Illinois. For further inquiries, contact Christa Wooten at christa.wooten@us.af.mil or Fawne E. Lee at fawne.lee@us.af.mil.
    Amended: 20251210; Security Escorts at Vandenberg SFB, CA
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting bids for a contract to provide security escorts at Vandenberg Space Force Base, California. This procurement requires contractors to supply TS/SCI cleared, unarmed security escorts to assist IT contractors from DH Technologies, Inc. in the installation of communication cabling and network components within a restricted area, specifically Building 10577 SCIF. The contract is a total small business set-aside, covering approximately 4,400 hours of service from January 1, 2026, to July 1, 2027, with proposals due by 11:00 AM Pacific Time on December 18, 2025. Interested parties should direct inquiries to Scott Yeaple at scott.yeaple@spaceforce.mil or Vince Mills at vincente.mills.2@spaceforce.mil, and must comply with various federal regulations and wage determinations as outlined in the solicitation documents.
    Facility Planning Services A-E IDIQ Sources Sought Notice
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command Southwest (NAVFAC SW), is seeking qualified small businesses, including 8(a), HUBZone, Woman-Owned Small Businesses (WOSB), and Service-Disabled Veteran-Owned Small Businesses (SDVOSB), for a potential Architect-Engineer (A-E) Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract for Facility Planning Services. The primary objective is to identify firms capable of providing a range of A-E services, including project planning documents and shore infrastructure master planning, for various Navy and Marine Corps installations across California, Arizona, Nevada, Colorado, New Mexico, and Utah, with a focus on Southern California. This contract, estimated at $30 million over five years, will require interested firms to submit their qualifications using the SF330 form by December 18, 2025, detailing relevant experience and key personnel, including an AICP certified planner and a Registered Architect. For further inquiries, interested parties may contact Britney Machado-Potestio at britney.l.machado-potestio.civ@us.navy.mil.
    FY26 A-E IDIQ Arnold AFB
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is seeking qualified architect-engineer firms for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract at Arnold Engineering Development Complex (AEDC) in Tennessee. The contract will encompass a range of professional services, including engineering studies, designs, specifications, and cost estimates for maintenance, repair, and minor construction projects across various engineering disciplines such as architectural, civil, structural, mechanical, and environmental engineering. This procurement is critical for ensuring compliance with federal and Air Force building codes and standards, with an estimated maximum contract value of $30 million over a base year plus seven option years, and individual task orders ranging from $25,000 to $1 million. Interested firms are encouraged to submit a Contractor Capability Survey by January 23, 2026, to the primary contact, Noah Bean, at noah.bean.1@us.af.mil, or the secondary contact, James Laney, at james.laney.3@us.af.mil.
    FACILITIES REMODEL TO SUPPORT XRAY MACHINE INSTALL UPDATED 19 NOVEMBER
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency (DHA), is soliciting proposals for the remodel of treatment rooms at the David Grant Medical Center, Travis Air Force Base, to accommodate new Planmeca and Pano X-ray machines. The project requires contractors to provide architectural, structural, and electrical engineering designs, along with specific modifications and approvals, while adhering to infection control standards and utility policies during construction. This procurement is crucial for enhancing medical imaging capabilities within the facility, ensuring compliance with safety and operational standards. Proposals are due by 10:00 AM PST on December 15, 2025, and interested parties should contact Kenneth Harmon at kenneth.d.harmon.civ@health.mil for further information.
    Design and Build Repair Facade and Roof B707
    Dept Of Defense
    The Department of Defense, specifically the Air Force Reserve Command at the 934th Minneapolis Air Reserve Station, is seeking qualified contractors for a Design-Build project focused on the repair of the façade and roof of Building 707, a 299-room lodging facility. The project entails comprehensive professional design services, including field investigations, design document preparation, and construction monitoring, with responsibilities for all supervision, labor, materials, and equipment necessary to fulfill the requirements outlined in the Statement of Work. This initiative is critical for maintaining the structural integrity and safety of the facility, which has experienced issues such as leaking skylights and façade failures, necessitating repairs to both the exterior and interior elements. Interested vendors must submit a capabilities statement by January 5, 2026, to Chin Kuk Dahlquist at chin.kuk.dahlquist.1@us.af.mil, with the anticipated contract value ranging between $1 million and $5 million and a performance period of 405 days.
    30 FSS Sports Officials
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for Sports Officials and Scorekeeping services at Vandenberg Space Force Base in California. The procurement aims to provide officiating and scorekeeping for various adult intramural, varsity, and youth sporting events, ensuring that all officials are certified and adhere to game rules and base-specific bylaws. This contract is crucial for maintaining organized and professional sporting activities at the base, enhancing community engagement and morale among service members and their families. Interested small businesses must submit their quotations by August 19, 2025, with an anticipated award date of October 1, 2025, and can direct inquiries to Vince Mills or Kristofer Clark via email.
    PKA Relocatable Facility
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking sources for the installation of a 4,032 square foot Relocatable Facility (RLF) at Francis E. Warren Air Force Base in Wyoming. The contractor will be responsible for providing all necessary management, tools, supplies, equipment, and labor to ensure the facility is constructed in compliance with applicable laws and regulations, including the integration of essential utilities and adherence to security and safety protocols. This procurement is part of a market research effort to identify potential small business sources, with responses used to inform future acquisition strategies; interested parties must submit their capability statements and any questions by December 12, 2025, to the designated contacts, 1st Lt Kamary Williams and Liezel McIntyre, via email.
    Government-Owned, Contractor-Operated (GOCO) Fuel Storage Services in Vandenberg AFB, CA
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Energy, is seeking qualified contractors to provide Government-Owned, Contractor-Operated (GOCO) fuel storage services at Vandenberg Air Force Base (AFB), California. The procurement encompasses bulk storage services, retail service station support, aircraft services, and comprehensive fuels management, ensuring safe handling, quality control, and accountability of petroleum products. This contract is critical for supporting base operations, airshows, deployments, and other contingencies, with a focus on maintaining environmental safety and operational efficiency. The solicitation is anticipated to be posted in December 2025, with a closing date approximately 45 days thereafter. Interested parties should contact Ayanna Jackson-Charles at Ayanna.Jackson-Charles@dla.mil or Alicia Williams at Alicia.Williams@dla.mil for further information, and must be registered in the System for Award Management (SAM) to participate.