Request for Qualifications (RFQ) for Project XUMU 243207, Engineering Study, Study Launch Facilities (LFs) 9 and 10, Vandenberg SFB, CA
ID: 243207Type: Presolicitation
AwardedSep 26, 2025
$1M$1,038,909
AwardeeOES-POND JV II LLC Milwaukee WI 53226 USA
Award #:FA461025C0020
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- CONSTRUCTION: MISSILE SYSTEM FACILITIES (C1BF)

Set Aside

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

    The Department of Defense, through the Department of the Air Force, is seeking qualifications from architect-engineer firms for an engineering study of Launch Facilities 9 and 10 at Vandenberg Space Force Base, California. The objective is to conduct a comprehensive field investigation to assess the structural integrity of concrete structures, identify underground utilities, and analyze groundwater infiltration affecting the launch facilities. This project is critical for maintaining operational functionality and ensuring compliance with federal, state, and local regulations regarding military infrastructure. Interested firms must submit their qualifications, including the SF330 form, by May 23, 2025, with further inquiries directed to Meghann E. Applebay at meghann.applebay@spaceforce.mil or David C. Coatney at david.coatney@spaceforce.mil.

    Files
    Title
    Posted
    The Department of the Air Force, United States Space Force, is requesting qualifications for an investigation on Launch Facilities (LFs) 9 and 10 at Vandenberg Space Force Base, CA. The document outlines responses to questions regarding the project scope, including the unavailability of launch facility photos until the RFP stage, and clarifications about monitoring requirements, hazardous materials, and deliverables. Notably, biological monitoring and hazardous materials surveys are not required. The primary deliverable is an investigative report with concept drawings, eliminating the need for full plans and specifications. Existing documentation, such as boring logs and some as-builts, will be provided post-award under NDA, emphasizing the proprietary nature of certain information. The document also confirms secured areas requiring access coordination and specifies payment procedures based on progress. The focus remains on assessing the condition of the structures and identifying utilities while maintaining strict guidelines for inspection and documentation. This RFQ is an essential step in developing solutions for repairing and maintaining critical space launch infrastructure, emphasizing the importance of thorough investigations and compliance with federal standards.
    The Vandenberg Space Force Base (VSFB) has issued a Statement of Work (SOW) for an engineering study to assess the condition of Launch Facilities 9 and 10, including structural integrity and groundwater infiltration issues. The Architect-Engineer (A-E) is tasked with conducting a comprehensive field investigation to document the current state of concrete structures, identify underground utilities, and analyze groundwater levels impacting the silos. The facilities have shown signs of degradation over time, including cracking and settlement of concrete, which threatens operational functionality. Key components of the study include the inspection of drainpipes, mitigation of groundwater penetration, and securing wildlife intrusions. The A-E is required to suggest corrective actions along with cost estimates, environmental compliance narratives, and ensure adherence to federal, state, and local regulations. Deliverables include video assessments, condition reports, draft and final study submittals, and construction documents, all following strict technical and procedural guidelines. This project underscores the U.S. government's commitment to maintaining and restoring critical military infrastructure while ensuring environmental safety and regulatory compliance.
    The project at Vandenberg Space Force Base involves an engineering study of Launch Facilities 9 and 10, focusing on assessing the condition of concrete structures and groundwater infiltration. The Architect-Engineer (A-E) is tasked with conducting a comprehensive field investigation, identifying underground utilities, and examining water penetration issues affecting the silos. The launch facilities have degraded over decades, showing visible cracks and settling that threaten operational integrity. Key deliverables include an Engineering Analysis Report and a detailed Study Report proposing effective repair solutions. The A-E will evaluate existing conditions, perform video assessments of drainage systems, and provide recommendations for mitigating groundwater intrusion and wildlife intrusion. Compliance with relevant standards at federal, state, and local levels — including environmental regulations — is mandatory throughout the project. The document outlines specific procedures for research, coordination with civil engineering personnel, and submission of findings. The A-E is required to utilize qualified professionals and adhere to strict documentation and reporting protocols, ensuring all project outputs align with applicable codes and standards. This study aims to determine necessary corrective actions to maintain and enhance the functionality of the specified launch facilities within the military context.
    The Past Performance Questionnaire (PPQ) for Project No. 2432017 serves as a tool for the 30th Contracting Squadron at Vandenberg Space Force Base, CA, to assess contractors' past performance. The document outlines essential contract and project information that the contractor (Offeror) must provide, including details such as contractor name, contact information, project title, contract numbers, pricing, and scope of work. Evaluators are required to assess the Offeror's performance based on several criteria, including quality, timeliness, communication, management, cost management, and subcontract management, using a rating system ranging from Outstanding to Unsatisfactory. Additionally, the questionnaire aims to gather comprehensive evaluations from clients about the contractor’s ability to meet requirements effectively. It emphasizes the importance of submitting completed questionnaires by specific timelines for inclusion in the contractor's SF330 submission for federal contracting. The PPQ ultimately aims to provide insights into the contractor's reliability and capability to fulfill future contractual obligations within government projects, reflecting their overall performance and effectiveness in prior engagements.
    The 377th TEG Launch Facilities Study focuses on two launch sites at the northern end of Vandenberg Space Force Base (VSFB) that require assessment and restoration. The study emphasizes the condition of both surface and underground concrete structures, which are crucial for silo operations. A significant concern is the ongoing water infiltration, necessitating an investigation to identify its sources, potentially involving an analysis of the water table. The ultimate goal is to develop a systematic plan for restoration through a series of repair and maintenance projects, prioritizing tasks based on interdependencies. The project, assigned as Project No. 243207, outlines the need for an evaluation of the damaged concrete to ensure the functionality and safety of the launch facilities.
    Similar Opportunities
    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 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.
    National Security Space Launch (NSSL) Phase 3 Lane 1 Fiscal Year (FY) 2026 On-Ramp Request for Proposal (RFP)
    Dept Of Defense
    The Department of Defense, through the United States Space Force, is seeking proposals for the National Security Space Launch (NSSL) Phase 3 Lane 1 Fiscal Year (FY) 2026 On-Ramp Request for Proposal (RFP). This procurement aims to establish multiple award Indefinite-Delivery Indefinite-Quantity (IDIQ) contracts for launch services, providing assured access to space for national security missions while maintaining affordability and competition among providers. The selected contractors will be responsible for delivering launch services for approximately 30 missions, with proposals due by 1500 Pacific Time on January 22, 2026. Interested parties should contact Kirsten Prechtl at kirsten.prechtl@spaceforce.mil or Nicole Balestreri at nicole.balestreri@spaceforce.mil for further information and to access sensitive RFP documents.
    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.
    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.
    Sources Sought - Ground Based Strategic Deterrent (GBSD) Sentinel Consolidated Vehicle Maintenance Complex (CVMC) Minot AFB, ND
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is conducting market research for potential prime contractors capable of constructing the Ground Based Strategic Deterrent (GBSD) Sentinel Consolidated Vehicle Maintenance Complex (CVMC) at Minot Air Force Base, North Dakota. The project involves the design and construction of two facilities, including a Vehicle Maintenance Facility and a Vehicle Operations Facility, with a total construction magnitude estimated between $100 million and $250 million. This initiative is critical for enhancing the operational capabilities of the military and ensuring compliance with Department of Defense standards, including cybersecurity requirements. Interested contractors must demonstrate their bonding capability of at least $123 million and submit their qualifications by 2:00 PM CST on December 30, 2025, to Ariel Vogan at ariel.e.vogan@usace.army.mil, with a courtesy copy to John Solomon at john.s.solomon@usace.army.mil.
    Sources Sought - Construction of the Ground Based Strategic Deterrent (GBSD) Sentinel Security Forces Operations Complex (SFOC), Minot AFB, ND
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is conducting market research for the construction of the Ground Based Strategic Deterrent (GBSD) Sentinel Security Forces Operations Complex (SFOC) at Minot Air Force Base, ND. This opportunity is aimed at identifying potential prime construction contractors with bonding capabilities of at least $108 million to undertake a project valued between $100 million and $250 million, which includes the construction of a 132,000 square foot facility with various operational spaces and site improvements. Interested contractors must submit their qualifications and relevant project experience by 2:00 PM CST on December 30, 2025, to Ariel Vogan at ariel.e.vogan@usace.army.mil, with a courtesy copy to John Solomon at john.s.solomon@usace.army.mil, as the anticipated contract award is expected in the third or fourth quarter of fiscal year 2027.
    SAFS-2 TO1_TO2 EFO_SSC_PK Redacted
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the SAFS-2 TO1TO2 EFOSSCPK project, which is focused on national defense research and development services. This procurement aims to enhance military capabilities through innovative research and development efforts, emphasizing the importance of maintaining national security and technological superiority. The place of performance for this contract will be in El Segundo, California, and interested parties can reach out to Capt Vanessa Valente at vanessa.valente@spaceforce.mil or Capt Daniel Onorato at daniel.onorato.1@spaceforce.mil for further details. The contract is categorized under PSC code AC14, indicating it involves R&D administrative expenses, although specific funding amounts and deadlines have not been disclosed.
    INDEFINITE DELIVERY/INDEFINITE QUANTITY CONTRACT FOR ARCHITECT-ENGINEER SERVICES FOR AIR INSTALLATIONS COMPATIBLE USE ZONES (AICUZ) AND RANGE AIR INSTALLATIONS COMPATIBLE USE ZONES (RAICUZ) STUDIES AND OTHER ENCROACHMENT MANAGEMENT OR READINESS SUSTAINMENT
    Dept Of Defense
    The Department of Defense, through the Department of the Navy's NAVFACSYSCOM Atlantic, is seeking qualified architect-engineer firms for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract focused on Air Installations Compatible Use Zones (AICUZ) and Range Air Installations Compatible Use Zones (RAICUZ) studies, along with other encroachment management and readiness sustainment services. The contract aims to provide multi-discipline Architect-Engineer (AE) services, including the preparation and updating of AICUZ/RAICUZ studies, noise studies, and Encroachment Action Plans (EAPs), primarily for projects located in the Continental United States (CONUS) but may extend globally. This opportunity is crucial for ensuring the compatibility of military operations with surrounding communities and managing encroachment issues effectively. Interested small businesses, including those with 8(a), HUBZone, SDVOSB, WOSB, and EDWOSB designations, must submit a capabilities package by January 9, 2026, detailing their relevant experience and qualifications, as large business submissions will not be considered. For further inquiries, contact Hannah Smith at hannah.g.smith32.civ@us.navy.mil or Kathleen Delashmitt at kathleen.a.delashmitt.civ@us.navy.mil.