Architectural and Engineering Services for Pituffik Space Base, Greenland
ID: FA252326R0001Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA2523 DETACHMENT 1, 21 CONSDPO, AE, 09716, USA

NAICS

Architectural Services (541310)

PSC

ARCHITECT AND ENGINEERING- GENERAL: OTHER (C219)
Timeline
    Description

    The Department of Defense, specifically the U.S. Space Force, is seeking qualified architect-engineer firms to provide architectural and engineering services for the Pituffik Space Base in Greenland. The procurement involves two Indefinite Delivery Indefinite Quantity (IDIQ) contracts, each with a maximum shared capacity of $9 million, aimed at supporting facility sustainment, restoration, and modernization projects over a five-year period, with an option for a six-month extension. This opportunity is significant as it aligns with the U.S. commitment to enhancing operational capabilities in Arctic regions, and it is restricted to firms based in Denmark or Greenland due to an international agreement. Interested firms must submit their qualifications by December 8, 2025, and can direct inquiries to Andrew Lucas at andrew.lucas@spaceforce.mil or Lone Mikkelsen at lone.mikkelsen.dk@spaceforce.mil.

    Files
    Title
    Posted
    Standard Form 330 (SF330) is used by Federal agencies to assess the professional qualifications of Architect-Engineer (A-E) firms for contract selection, as mandated by 40 U.S.C. chapter 11 and FAR Part 36. Firms are chosen based on competence and qualifications, followed by contract negotiation. The form is divided into two parts: Part I, which details contract-specific qualifications, and Part II, which outlines a firm's general qualifications. Part I requires information on the contract, A-E point of contact, proposed team, organizational chart, resumes of key personnel, and example projects. Part II covers general firm details, including ownership, employee disciplines, experience profile, and annual average professional services revenues. Agencies may issue supplemental instructions, emphasizing the need for concise and relevant information from firms.
    This Statement of Work (SOW) outlines the requirements for an Architect-Engineering Indefinite Delivery Indefinite Quantity (IDIQ) contract, focusing on design, inspection, surveillance, and other investigative services for projects at Pituffik Space Base (SB), Greenland. The SOW details general requirements, project specifics (many TBD), contract administration, points of contact, and deliverable distribution. It defines different service types: "OTHER INVESTIGATIVE Services" (e.g., studies, surveys, conceptual solutions), "TITLE I DESIGN Services" (direct production of designs, plans, specifications), and "TITLE II INSPECTION AND SURVEILLANCE Services" (ensuring construction compliance). The document specifies procedures for task orders, technical information requests, meetings, review comments, and project documentation, including CADD/BIM standards. It also covers fee proposals, as-built drawings, and critical design criteria like energy conservation, "Green Design," wind load, and handling of hazardous materials. Project management responsibilities are clearly delineated for both the contractor and government personnel.
    Attachment 3 of the FA2523-26-R-0001 solicitation outlines the key personnel required for evaluating Architect-Engineer (A-E) Services for the Pituffik Space Base in Greenland. For Factor 2 – Experience and Team Personnel Qualifications, the listed key personnel include an Architect, Civil Engineer, Electrical Engineer, Fire Protection Manager, Mechanical Engineer, Structural Engineer, and Environmental Engineer. This list is specifically for evaluation purposes of SF 330 submissions and does not represent all professional A-E disciplines that may be utilized in the final contract.
    The FA252326R0001 Pituffik Architect-Engineer Request for Qualifications (RFQ) addresses industry questions regarding contractual terms, proposal deadlines, and project scope in Greenland. The government clarified that a Request for Proposal (RFP) with contractual terms will follow the selection of the most qualified firm, with an anticipated Indefinite Delivery/Indefinite Quantity (IDIQ) contract for five years. Key responses include an extended proposal due date to December 8, 2025, and confirmation that Controlled Unclassified Information (CUI) can be viewed by non-US contractors but not distributed. Danish or Greenlandic professional engineers can qualify, aligning with an international agreement prioritizing local sources. The 50-page limit applies to SF-330 Part I only. Projects completed after January 1, 2020, will be evaluated, and additional resumes for key personnel will be reviewed within the page limit. The evaluation will focus on the narrative in SF-330 Section H for Factor 3, concerning Arctic design experience.
    Lifecycle
    Similar Opportunities
    Special Service Vessel for Pituffik Space Base, Greenland
    Buyer not available
    The Department of Defense, specifically the U.S. Space Force, is seeking information from firms within the Kingdom of Denmark regarding the production and delivery of a special service vessel for operations at Pituffik Space Base in Greenland. The vessel is intended to support various maritime missions, including crew transport, mooring operations, security surveillance, and emergency environmental spill response, and must meet specific operational requirements for Arctic conditions. This Request for Information (RFI) aims to gather industry capabilities and recommendations for a new vessel, with potential acquisition funding anticipated in Fiscal Year 2026 or 2027, although no funding is currently available. Interested parties should contact Andrew Lucas at andrew.lucas@spaceforce.mil or Rene Streander at rene.streander.2.dk@spaceforce.mil for further details.
    Repair Arctic Foundation Bldg 4002 (WWCX 15-1009) Pituffik Space Base, Greenland
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the repair of the Arctic Foundation Building 4002 at the Pituffik Space Base in Greenland. The project involves plumbing, heating, and air-conditioning services, which are critical for maintaining operational capabilities in the harsh Arctic environment. This procurement is essential for ensuring the functionality and safety of the facility, which supports various military operations. Interested contractors can reach out to Rene Streander at rene.streander.2.dk@spaceforce.mil or Patrick King at patrick.king.23@spaceforce.mil for further details, with the presolicitation notice indicating the importance of timely responses.
    Repair Roof Hangar 7, Bldg. 623 (WWCX 22-1008) & Repair Roof Hangar 8, Bldg. 624 (WWCX 22-1009) Pituffik Space Base, Greenland
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors to repair the roofs of Hangar 7 (Building 623) and Hangar 8 (Building 624) at Pituffik Space Base in Greenland. The procurement aims to address necessary repairs to these airfield structures, ensuring their operational integrity and safety. Roofing contractors with expertise in the repair or alteration of airfield structures are encouraged to participate, as these facilities play a critical role in supporting military operations. Interested parties can reach out to Rene Streander at rene.streander.2.dk@spaceforce.mil or Patrick King at patrick.king.23@spaceforce.mil for further details, with the presolicitation notice indicating the importance of timely engagement in the bidding process.
    A&E Repair Arctic Ave; FTQW 26-1302 Amendment 3 Update
    Buyer not available
    The Department of Defense, specifically 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 the SF330 form and a Past Performance Questionnaire, by December 1, 2025, at 12:00 PM Alaska Daylight Time (AKDT). For further inquiries, contact the primary representatives at 354CONS.PKA.Designs@us.af.mil or christopher.prince.3@us.af.mil.
    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
    Buyer not available
    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.
    Sources Sought - Construction of the Ground Based Strategic Deterrent (GBSD) Sentinel Security Forces Operations Complex (SFOC), Minot AFB, ND
    Buyer not available
    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.
    RELAY GROUND STATION - SOUTH (RGS-S) ANTENNA
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the Design-Build contract to construct the Relay Ground Station - South (RGS-S) Antenna at Schriever Space Force Base in Colorado. This project aims to provide essential facilities and infrastructure to support the Space Force's operations, including concrete pads, antenna foundations, utilities, and backup systems, all within a restricted area. The contract is a total small business set-aside under NAICS code 237130, with an estimated construction magnitude between $10 million and $25 million. Proposals are due by December 9, 2025, and must be submitted electronically via the PIEE system; interested parties can direct inquiries to Brian Reynolds at brian.reynolds@usace.army.mil or Monica A. McKensey at monica.a.mckensey@usace.army.mil.
    CIVIL DESIGN INDEFINITE DELIVERY CONTRACTS (IDCs) WITHIN SAN FRANCISCO DISTRICT AND SOUTH PACIFIC DIVISION
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, San Francisco District, is seeking qualified architect-engineer firms for Civil Design Indefinite Delivery Contracts (IDCs) within its jurisdiction and the South Pacific Division. The procurement aims to secure multiple contracts for civil engineering and architectural services, focusing on projects such as flood control, navigation, environmental restoration, and infrastructure design, with a total shared capacity of $90 million over a three-year base period, with options for two additional years and a six-month extension. This opportunity is set aside for small businesses, and interested firms must demonstrate specialized experience, technical competence, and strong past performance on Department of Defense contracts. Submissions are due by December 10, 2025, via DoD SAFE, and firms are encouraged to attend a virtual pre-proposal conference on November 18, 2025, for further clarification on the requirements. For inquiries, contact Lisa Ip at lisa.i.ip@usace.army.mil or Nairi Freeman at nairi.freeman@usace.army.mil.
    INDEFINITE DELIVERY/INDEFINITE QUANTITY MULTIPLE AWARD CONTRACT FOR MULTIDISCIPLINE ARCHITECT-ENGINEER SERVICES IN SUPPORT OF CONSTRUCTION PROJECTS LOCATED PRIMARILY IN THE NORFOLK DISTRICT AREA OF RESPONSIBILITY (AOR), BUT ALSO NORTH ATLANTIC DIVISION AOR
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is seeking qualified small business architect-engineer firms for an Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Contract to support construction projects primarily within the Norfolk District and North Atlantic Division Areas of Responsibility. The contract will encompass a wide range of multi-discipline architect-engineering services, including planning, design, engineering studies, construction management, and various facility-related projects, with a total shared capacity of approximately $240 million over a five-year base period. Interested firms must be registered in the System for Award Management (SAM) and meet the Small Business Size Standard of $22.5 million under NAICS Code 541330, and they are required to submit a capabilities statement by December 11, 2025, detailing their experience and qualifications, including three example projects and the professional qualifications of key personnel. For further inquiries, firms can contact Dariya Walker at dariya.m.walker@usace.army.mil or Nicholas Lizotte at Nicholas.Lizotte@usace.army.mil.
    Sources Sought - Ground Based Strategic Deterrent (GBSD) Sentinel Consolidated Vehicle Maintenance Complex (CVMC) Minot AFB, ND
    Buyer not available
    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.