Architecture Engineer Indefinite Delivery Indefinite Quantity Contract - Hill AFB A-E25
ID: FA8201-25-R-0003Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8201 AFSC OL H PZIOHILL AFB, UT, 84056-5805, USA

NAICS

Architectural Services (541310)

PSC

ARCHITECT AND ENGINEERING- GENERAL: ENGINEERING DRAFTING, NOT CAD/CAM (C212)

Set Aside

Partial Small Business Set-Aside (FAR 19.5) (SBP)
Timeline
    Description

    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 titled "Architecture Engineer Indefinite Delivery Indefinite Quantity Contract - Hill AFB A-E25." This contract aims to provide Architect-Engineer (A-E) services in support of the 75th Civil Engineering Group at Hill Air Force Base, Utah, with a total estimated value of up to $136 million over a five-year period. The selected contractors will be responsible for a range of services including design, quality assurance, and compliance with federal standards, with a focus on supporting small business participation through a partial small business set-aside. Interested firms must submit their proposals digitally by July 18, 2025, and can direct inquiries to Kristen Magoni at kristen.magoni@us.af.mil or Steven Nattress at steven.nattress@us.af.mil.

    Files
    Title
    Posted
    The document FA8201-25-R-0003 outlines the U.S. Air Force's request for qualifications for an indefinite-delivery indefinite-quantity (IDIQ) contract for Architect-Engineer (A-E) services to support the 75th Civil Engineer Group at Hill Air Force Base, Utah. Interested firms must submit their qualifications by following the Standard Form 330 and are encouraged to respond to inquiries by the specified deadline. The total estimated program ceiling for contract awards is $136 million, with up to ten firms anticipated for selection. Small businesses are encouraged, with two spots reserved specifically for them, while large businesses must comply with subcontracting plans. Evaluation criteria include professional qualifications, specialized experience, capacity, past performance, and geographical proximity to the project area. Key tasks may involve design and repair of various infrastructures, including airfields and utilities. The selection process follows federal regulations, with a minimum order guarantee of $500 and performance spanning five years, with a possible extension. Prospective contractors must be registered in the System for Award Management to qualify for contract awards, ensuring compliance and security throughout the project's execution. The document emphasizes the importance of technical and professional standards in selecting qualified firms.
    The Hill A-E25 Submission Requirements document outlines the process for firms interested in securing a contract award for the Hill A-E25 project. Firms must submit the SF330 Parts I and II via DoD SAFE, ensuring that the total page count for Part I does not exceed 37 pages. Key requirements include providing a cover letter, organizational charts, resumes of key personnel, and example projects that showcase relevant experience. Specific page limits are set for different sections, while cover elements and teaming agreements do not count toward the total. The document stresses the importance of including key project details in past performance narratives and mandates a commitment to small business goals for larger firms. A checklist section reinforces the submission's organization and requirements, guiding firms in preparing their proposals effectively. The overarching goal is to enable a comprehensive evaluation of firms' qualifications and capacity to fulfill the project’s objectives.
    The Hill A-E 25 Submission Requirements dictate the protocol for firms interested in the A-E25 contract award for Hill Air Force Base. Proposals must be submitted digitally via the Procurement Integrated Enterprise Environment (PIEE) with specific roles and training needed for participants. The document emphasizes keeping SF330 Part I submissions limited to 44 pages, specifying formats and font sizes, and outlines submission criteria across several sections including qualifications, organizational charts, resumes of key personnel, example projects, and past performance. Additionally, emphasis is placed on small business commitment and the inclusion of executed teaming agreements. Proposals must avoid hard copies and ensure all information is communicated clearly and efficiently, as any deviation from the outlined requirements could result in disqualification from consideration. The structure of the requirements serves to standardize submissions for efficiency and clarity in the review process, reinforcing the overall aim of ensuring capable and compliant proposals for government contracts. This systematic approach reflects federal contracting priorities and compliance standards.
    The document outlines the Statement of Work (SOW) for Architect-Engineer (A-E) services supporting the 75th Civil Engineering Group at Hill Air Force Base (Hill AFB). Key components include the provision of design and construction-related services, ensuring all personnel are credentialed, and the establishment of a tailored SOW for each Task Order (TO). The A-E services encompass as-built investigations, design analysis, and cost estimation, while compliance with federal standards for documentation and design practices is mandated. The selection process for contractors will focus on specialized experience, capacity, and past performance with secondary criteria for equitable work distribution. The document stipulates stringent insurance, qualification, and review requirements, including independent technical reviews for all design milestones to ensure adherence to quality standards and regulatory compliance. Additional requirements for detailed submittals across multiple design phases, from concept through to final design, emphasize transparency and structured documentation throughout the project lifecycle. Overall, this SOW reflects a comprehensive approach to managing A-E services while reinforcing the commitment to quality and accountability in government contracting.
    This Statement of Work (SOW) outlines the requirements for Architect-Engineer (A-E) services to support the mission of the 75th Civil Engineering Group at Hill Air Force Base. The document specifies that A-E services will encompass a range of tasks, including design, quality assurance, cost estimating, and documentation related to construction projects at Hill AFB and its affiliated sites. Contractors must provide qualified personnel and are responsible for ensuring that design documents adhere to established standards. Key requirements include the development of design analyses, as-built verification, and comprehensive project submittals at various design stages (15%, 60%, 90%, and 100%). The document emphasizes the need for quality control, insurance, and adherence to specific criteria for project evaluations. Contractors will use established cost estimating software and comply with regulatory and safety standards throughout the project lifecycle. The SOW aims to ensure high-quality construction that meets government standards while facilitating efficient project delivery through detailed design and oversight processes. Compliance with the Selection of Architects and Engineers Statute and the necessity for U.S. citizenship for site access are also highlighted. Overall, this document serves as a guide for managing the contractual process and expectations for A-E services in the federal context.
    The document FA8201-25-R-0003 is a Past Performance Questionnaire (PPQ) for Architect-Engineer (A-E) Services, intended for contractors involved in federal government projects. It outlines required fields to be completed by both the contractor and the customer to evaluate past performance on contracts. The contractor must provide information regarding their name, project title, contract number, and role in the contract, while the customer assesses various criteria, such as contract type and price, the completion timeline, and the services provided. The evaluation sections focus on five main areas: quality of service, cost control, schedule adherence, and customer satisfaction, with detailed ratings ranging from "Exceptional" to "Unsatisfactory" to quantify performance metrics. Notably, the document emphasizes the importance of timely communication and the effectiveness of the contractor's problem resolution strategies. Overall, this PPQ serves as a crucial tool for assessing contractor performance and guiding future contract awards within government projects.
    The document FA8201-25-R-0003 outlines a Past Performance Questionnaire (PPQ) for Architect-Engineer (A-E) services, aimed at evaluating contractors based on their previous performance on federal contracts. It details the necessary sections for contractors to complete, including project title, contract number, and their specific role, while requiring feedback from the customer regarding contract type, pricing, completion timeliness, service description, and any performance reporting in the Contractor Performance Assessment Reporting System (CPARS). Customer evaluations assess A-E services across four categories: Quality of Service, Cost Control, Schedule, and Customer Satisfaction. Each category includes criteria for performance ratings, from “Exceptional” to “Unsatisfactory.” The PPQ's goal is to collect comprehensive feedback to gauge contractor reliability, efficiency, and overall satisfaction as part of the federal contracting process. The collected information will aid in future government RFPs and assessments, ensuring contractors meet required standards and are capable of fulfilling federal obligations effectively.
    The Architect-Engineer Qualifications form (Standard Form 330) is utilized by federal agencies to assess the qualifications of architect-engineer firms for contract selection under 40 U.S.C. chapter 11. The form requires firms to provide specific contract-related qualifications in Part I, including project information and details about key personnel, as well as the firm’s general qualifications outlined in Part II. Agencies must publicly announce contract needs and select at least three highly qualified firms based on specified criteria. Information is collected from this form along with performance evaluations and interviews to ensure comprehensive evaluation. The instructions detail the structure and requirements of each part, emphasizing the need for clarity, conciseness, and adherence to agency specifications. Key elements include project descriptions, resumes of key personnel, example projects highlighting the team's capabilities, and organizational charts. The form also encompasses a section for the firm’s experience, ownership status, and historical performance on federal contracts, encouraging firms to specify whether they qualify as small businesses under relevant classifications. The utilization of this standardized process aims to streamline the selection of architect-engineer firms, maintaining fairness and effectiveness in government contracting.
    The Qualifications Evaluation Guide for Hill A-E25 outlines the selection criteria for evaluating bids in response to federal RFPs, particularly in the context of Architectural and Engineering (A-E) services. The guide delineates five primary selection criteria: Professional Qualifications, Specialized Experience and Technical Competence, Capacity to Accomplish the Work, Past Performance, and Location. Each criterion includes specific evaluation parameters to assess the experience, qualifications, and performance of key personnel and subcontractors. Key evaluation aspects focus on the effectiveness of design teams, relevant project experience, and proximity to Hill Air Force Base (HAFB). Additionally, secondary criteria address the firm's commitment to small business subcontracting and the volume of federal work performed. The document emphasizes the importance of meeting small business goals through past performance assessments and provides a structured approach to quantifying the qualifications of applicants. The guide underscores the federal government's commitment to a thorough evaluation process, ensuring that selected contractors possess the necessary expertise and capabilities to support Department of Defense (DoD) requirements effectively and demonstrates efficiency in project execution and compliance with regulations.
    The document is a synopsis for a Multiple Award Indefinite-Delivery Indefinite-Quantity (IDIQ) contract for Architect-Engineer (A-E) Services at Hill Air Force Base (Hill AFB), Utah. The solicitation (FA8201-25-R-0003) invites interested firms to submit a Standard Form 330, focusing on qualifications rather than proposals. The Government intends to award contracts to a maximum of ten firms with a total program ceiling of $136 million, anticipating awards by September 2025. Key services required include design, alteration, and repair of facilities and utilities, with an emphasis on a variety of engineering disciplines and compliance with federal standards. A five-year ordering period, extendable for an additional year, is established. Selection criteria consist of professional qualifications, specialized experience, capacity to complete projects, past performance, and geographical knowledge. Secondary criteria evaluate the commitment to small businesses and volume of federal work. Successful firms must be licensed and registered with the System for Award Management and prioritize U.S. citizen participation due to security requirements. This solicitation outlines a systematic approach for evaluating firms and emphasizes the importance of experience and qualifications in securing contracts for governmental projects.
    The solicitation FA820125R0003 outlines a multi-award Indefinite Delivery/Indefinite Quantity (IDIQ) contract for Architect-Engineer (A-E) services supporting the 75th Civil Engineering Group at Hill Air Force Base, Utah. The contract has an estimated maximum value of $136 million, with a minimum order threshold of $500, for a five-year operational period. The solicitation reserves two contractor slots for small businesses, while the remaining slots will be open to full competition. Key services include design phases and quality assurance, with strict performance and pricing terms detailed in the contract clauses. Offers must be submitted in sealed formats by the specified deadline, adhering to outlined terms and conditions. The solicitation emphasizes compliance with various federal regulations, including small business utilization and subcontracting limitations. The document provides instructions for invoice submissions via electronic systems and outlines contracting officer authority for administration. Overall, this solicitation reflects the government's commitment to supporting small businesses while fulfilling essential engineering and architectural needs for military infrastructure.
    The document outlines a Request for Proposal (RFP) for Architect-Engineer (A-E) services at Hill Air Force Base, structured as an Indefinite Delivery Indefinite Quantity (IDIQ) contract valued at an estimated maximum of $136 million over a five-year basic ordering period. The RFP emphasizes the selection of up to ten contractors, prioritizing small businesses for the initial slots. Key services required include design, quality assurance, and other A-E services, with a minimum order value of $500 and varying order maxima stipulated. Contractors must comply with numerous clauses that govern payment processes, subcontracting limitations, and ethical conduct, among others. The contract also delineates provisions for prompt payment terms, contract modifications, and the necessity of reporting changes in business status. The RFP is a crucial initiative for ensuring that the engineering needs of the Air Force are met effectively while supporting small business participation and adherence to federal regulations.
    The document pertains to a federal government solicitation (FA820125R0003) for architectural-engineering services at Hill AFB, focusing on submission requirements and evaluation criteria. Offerors must demonstrate specialized experience and technical competence through SF330 submissions, including resumes for key personnel, project examples, and past performance details. The revised due date for submissions is July 18, 2025. Key requirements include submitting up to six project examples, with specific guidelines on page limits for resumes and project descriptions. The evaluation process considers both the prime's and subconsultants’ past performances, and at least one airfield design or planning project is necessary for qualification. The solicitation emphasizes the importance of locality, noting advantageous evaluation for firms within a 100-mile radius of Hill AFB. Additionally, questions regarding the solicitation are addressed, confirming that CPARS (Contractor Performance Assessment Reporting System) may be used in lieu of a PPQ (Past Performance Questionnaire) for past performance evaluations. The document also clarifies various formatting and submission requirements to ensure compliance. Overall, the solicitation underscores the government's commitment to selecting qualified contractors through a structured evaluation process while accommodating direct communication and clarification of vendor inquiries.
    The document outlines the solicitation FA820125R0003, detailing submission requirements for a government RFP. Key elements include submission guidelines for resumes, project examples, and past performance evaluations. Firms must submit up to six example projects, with specific attention given to airfield design experience. Clarifications provided indicate the evaluation criteria, page limits, and requirements for completed past performance questionnaires (PPQs) and Contractor Performance Assessment Reports (CPARs). Notably, there is an emphasis on equal consideration for projects completed by both primes and subs as long as submission constraints are met. Due to proximity to the July 4th holiday, the submission deadline has been extended to July 18th. Additionally, a small business set-aside of 20 percent is guaranteed, emphasizing the government's commitment to supporting small enterprises in this competitive procurement process. The responses address several questions about document formats, page limits, and documentation requirements to enhance clarity and ensure compliance with the solicitation's expectations. Overall, the solicitation seeks to establish a clear, equitable framework for evaluating proposals, ensuring that all bidders have the necessary information to compete effectively.
    The document outlines the solicitation FA820125R0003, focusing on the submission requirements and evaluation criteria for proposals in response to a government RFP for specialized engineering and architectural services. It emphasizes the need for demonstrating specialized experience, technical competence, and familiarity with local conditions. Key components include requirements for submitting resumes for specific disciplines, page limits for project descriptions, and guidelines on past performance qualifications. The solicitation clarifies that teaming agreements do not count toward page limits and that submissions must meet formatting standards. It addresses questions regarding project eligibility, page limits, and the consideration of subcontractor experience. The document concludes with updates on submission dates and responses to inquiries that refine the solicitation details, ensuring that potential contractors have clear criteria for their proposals and that evaluation methods are transparent and fair. This RFP reflects the government's intent to procure expert services while encouraging participation from both primes and subcontractors, including small businesses.
    Similar Opportunities
    INDEFINITE DELIVERY/INDEFINITE QUANTITY CONTRACT FOR ARCHITECT-ENGINEER SERVICES FOR DESIGN, ENGINEERING, SPECIFICATION WRITING, COST ESTIMATING, AND RELATED SERVICES FOR MILCON AND OTHER PROJECTS AT VARIOUS LOCATIONS UNDER THE COGNIZANCE OF NAVFAC HAWAII
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC) Hawaii, is soliciting proposals for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract for multi-discipline architect-engineer services. This procurement aims to engage highly qualified firms to provide design, engineering, specification writing, cost estimating, and related services for Military Construction (MILCON) and other projects, primarily in Hawaii but potentially worldwide. The contract encompasses a base period of one year, with four additional one-year options and a six-month extension, totaling a maximum fee of $200,000,000. Interested firms must submit their qualifications using Standard Form SF330 by December 17, 2025, and are encouraged to review the attached documents for detailed requirements and evaluation criteria, including specialized experience and commitment to small business participation. For further inquiries, contact Brittney Lazo at brittney.a.lazo.civ@us.navy.mil or Kris Nakashima-Wong at kris.e.nakashima-wong.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.
    INDEFINITE DELIVERY/INDEFINITE QUANTITY CONTRACT FOR MULTI-DISCIPLINE ARCHITECT-ENGINEER SERVICES FOR VARIOUS MULTI-DISCIPLINE ENGINEERING AND RELATED PROJECTS UNDER THE COGNIZANCE OF NAVAL FACILITIES ENGINEERING SYSTEMS COMMAND, HAWAII
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC) Hawaii, is seeking qualified architect-engineer firms for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract to provide multi-discipline architect-engineer services for various projects primarily located in Hawaii, with potential for worldwide application. The contract, which is a total small business set-aside, includes a base period of one year with four additional one-year options and a six-month extension, with a total fee not exceeding $20 million and a guaranteed minimum of $3,000. The selected firm will be responsible for a range of services including project documentation, design-build documents, engineering studies, and post-construction services, with task orders valued between $5,000 and $1.5 million. Interested firms must submit their qualifications via the SF330 form by December 30, 2025, at 2:00 PM Hawaii Standard Time, and are encouraged to contact Kelcie Kimura or Kris Nakashima-Wong for further information.
    INDEFINITE DELIVERY INDEFINITE QUANTITY CONTRACT FOR ARCHITECT-ENGINEER SERVICES FOR VARIOUS CIVIL PROJECTS AND OTHER PROJECTS UNDER THE COGNIZANCE OF NAVAL FACILITIES ENGINEERING SYSTEMS COMMAND, PACIFIC
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command, Pacific, is seeking qualified architect-engineer firms to provide a range of services for various civil projects under an Indefinite Delivery Indefinite Quantity (IDIQ) contract. This contract, valued at up to $200 million over a one-year base period with four option years, will encompass services such as site development, Military Construction documentation, design-build and design-bid-build documents, technical surveys, cost estimates, and post-construction award services. The procurement is unrestricted under NAICS Code 541330, and firms will be evaluated based on criteria including specialized experience, key personnel qualifications, past performance, and commitment to small business. Interested parties must submit a completed Standard Form SF 330 by January 8, 2026, at 2:00 p.m. Hawaii Standard Time, and can contact Shaun Bissen at shaun.m.bissen.civ@us.navy.mil or Ann Saki-Eli at ann.h.sakieli.civ@us.navy.mil for further information.
    A&E Repair Arctic Ave; FTQW 26-1302
    Dept Of Defense
    The Department of Defense, through the 354th Eielson Contracting Squadron, is seeking qualified architect-engineer firms to provide design services for the repair of Arctic Avenue and the CHPP parking lot at Eielson Air Force Base in Alaska. The project aims to address significant drainage issues, deteriorating asphalt, and enhance bike accessibility, requiring a comprehensive design package that adheres to federal, state, and Air Force regulations. Interested firms must submit their qualifications, including a completed SF330 form and a Past Performance Questionnaire, by December 1, 2025, at 12:00 PM AKDT, with evaluations based on professional qualifications, specialized experience, and past performance. For further inquiries, contact the primary representatives at 354CONS.PKA.Designs@us.af.mil or christopher.prince.3@us.af.mil.
    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.
    Guam/JRM AE IDIQ
    Dept Of Defense
    The Department of Defense, through the Air Force, is seeking small business architect-engineer firms for a Multiple Award Task Order Contract (MATOC) for Architect-Engineering (A-E) Services at Andersen Air Force Base in Guam. The contract, with a total ceiling of $930 million, will support Facility Sustainment, Restoration, and Modernization (FSRM) and Military Construction (MILCON) projects, encompassing both Title I (design and planning) and Title II (construction support) services. This opportunity is significant for firms specializing in engineering services, as it emphasizes climate-informed design and construction practices to enhance mission resilience. Interested firms must submit questions by December 15, 2025, with the final submission deadline for SF330 forms set for January 30, 2026; inquiries should be directed to Samuel Mendez at samuel.mendez@us.af.mil.
    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.
    WFL AE Design IDIQ
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Highway Administration's Western Federal Lands Division, is seeking qualified architect-engineer firms for the WFL AE Design IDIQ contract. This opportunity involves providing multi-discipline engineering services, including project planning, preliminary engineering, and post-design support for transportation projects on federal lands across several states, including Washington, Alaska, and Oregon. The government plans to award up to five indefinite delivery, indefinite quantity contracts, with a total ceiling of $60 million and a guaranteed minimum of $10,000 per contract, two of which are set aside for small businesses. Interested firms must submit their qualifications electronically by January 15, 2026, and should direct any inquiries to Kyle M. Wood at WFL.AE@DOT.GOV or by phone at 360-619-7860.
    Hill AFB F-35 Aircraft Repair Augmentation Effort
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the F-35 Aircraft Repair Augmentation Effort at Hill Air Force Base in Utah. This procurement involves maintenance, repair, and rebuilding of aircraft components and accessories, as outlined in the attached Redacted Justification and Approval document for Contract FA822423C0003. The services are critical for ensuring the operational readiness and longevity of the F-35 aircraft fleet. Interested parties can reach out to Jason Neering at jason.neering@us.af.mil or by phone at 801-837-6938, or contact Hannah Rearick at hannah.rearick@us.af.mil or 801-586-3335 for further details.