SATOC for Title I and Title II Architect-Engineer Services for the Renovation of Hangar 225 at Hill Air Force Base, UT
Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8903 772 ESS PKJBSA LACKLAND, TX, 78236-9861, USA

NAICS

Engineering Services (541330)

PSC

CONSTRUCTION OF OTHER AIRFIELD STRUCTURES (Y1BZ)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Apr 1, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 11, 2025, 12:00 AM UTC
  3. 3
    Due Apr 16, 2025, 6:00 PM UTC
Description

The Department of Defense is seeking qualified architect-engineer firms to provide services for the renovation of Hangar 225 at Hill Air Force Base in Utah. The project involves a site visit scheduled for April 23, 2025, where firms can gain insights into the design requirements and expectations associated with solicitation number FA8903-25-R-0009. This opportunity is particularly significant as it pertains to the construction of airfield structures, which are vital for maintaining operational readiness and safety at military installations. Interested firms must RSVP by April 16, 2025, and are required to bring personal protective equipment for the site visit; for further inquiries, they can contact Laura Koog or Brindle Summers via email.

Point(s) of Contact
Files
Title
Posted
Apr 1, 2025, 10:04 PM UTC
The document outlines a response from an Air Force entity to questions or comments, potentially from contractors or stakeholders, regarding a Request for Proposal (RFP). It highlights the importance of understanding the specific requirements and expectations laid out in the RFP, alongside ensuring compliance with federal regulations and standards. The response likely includes clarifications on project specifications, eligibility criteria, and necessary qualifications for submission. This exchange indicates a proactive approach to addressing concerns and promoting transparency in the procurement process, essential for securing quality proposals and facilitating seamless collaborations between the Air Force and prospective bidders. Overall, the document emphasizes the critical nature of communication in federal contracting, aiming to equip interested parties with the necessary clarity to navigate the RFP effectively.
Apr 1, 2025, 10:04 PM UTC
The NAVFAC/USACE Past Performance Questionnaire (Form PPQ-0) is a document designed to gather performance evaluations of contractors involved in government projects. It includes sections for contractors to provide detailed project information such as firm details, contract specifics, and project descriptions, alongside a ratings system assessing the contractor's performance across various criteria, including quality, timeliness, customer satisfaction, management effectiveness, cost management, safety, and security. Clients are encouraged to complete the questionnaire thoroughly and return it directly to the offeror for submission with government proposals, ensuring the government can verify performance data. The questionnaire uses a grading scale from Exceptional to Unsatisfactory, helping government agencies evaluate contractor suitability for future RFPs. Overall, this form streamlines the assessment of contractor past performances, essential for informed decision-making in government contracting, ensuring accountability and quality in public spending.
Apr 1, 2025, 10:04 PM UTC
The document outlines a draft synopsis for a Single Award Task Order Contract (SATOC) for Architect-Engineer (A-E) Title I and Title II services aimed at the renovation of Aircraft Hangar 225 at Hill Air Force Base. This contract, anticipated to be a small business set-aside, has a ceiling of $35 million and will be awarded to one qualified small business. It requires SF330 submissions from firms certified as small businesses for NAICS 541330, with a threshold of $25.5 million. The scope of work includes A-E design services for various renovations like roofing replacement, internal office structure reconstruction, seismic upgrades, and general facility repairs. Selections will be made based on criteria including specialized experience, professional qualifications, geographic proximity, and past performance, all weighed to determine the most highly qualified firm. The document specifies submission requirements for the SF330, including details about team composition, past project experience, business relationships, and key personnel qualifications, along with evaluation methods to gauge compliance and relevance of submissions. Overall, this procurement aims to enhance facility sustainability and modernization at the Air Force installation, emphasizing the importance of experienced and qualified small business contractors in fulfilling government needs.
Lifecycle
Similar Opportunities
Construction of a KC-46 Two-Bay Hangar at March Air Reserve Base (ARB), CA
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the construction of a KC-46 Two-Bay Hangar at March Air Reserve Base in California. This project involves a Design-Bid-Build approach, focusing on the construction of a maintenance hangar that will support KC-46A aircraft operations, including necessary infrastructure improvements and compliance with environmental regulations. The estimated project cost ranges from $100 million to $250 million, with a strong emphasis on sustainability and adherence to federal contracting standards. Interested contractors must submit their proposals electronically by April 17, 2025, and can direct inquiries to Lindsay Lawrence at lindsay.b.lawrence@usace.army.mil or by phone at 502-315-6900.
2025 Altus Air Force Base Multiple Award Construction Contract (MACC)
Buyer not available
The Department of Defense, through the Department of the Air Force, is soliciting proposals for the 2025 Altus Air Force Base Multiple Award Construction Contract (MACC). This opportunity is set aside for 8(a) certified businesses and focuses on commercial and institutional building construction, specifically involving the repair or alteration of miscellaneous buildings. A mandatory site visit is scheduled for April 18, 2025, at 10:00 AM Central Daylight Time (CDT), where potential offerors are strongly encouraged to attend to gain a comprehensive understanding of the project scope. For further inquiries, interested parties can contact Jacolbi Thomas at jacolbi.thomas.1@us.af.mil or Jarrod Ford at jarrod.ford@us.af.mil.
MXSG B507 Monorail Paint Line Upgrade
Buyer not available
The Department of Defense, through the Air Force, is soliciting proposals for the upgrade of the B507 Monorail Paint Line at Hill Air Force Base in Utah. This project aims to enhance operational capabilities by replacing outdated equipment, including the conductor bar system, and implementing a maintenance spur and wireless communication upgrades. The successful contractor will be responsible for providing design packages, procuring materials, and delivering operational and maintenance manuals, with a focus on ensuring compliance with safety and quality standards. Proposals are due by 1500 MST on May 13, 2025, and interested parties should direct inquiries to Tanner Nielsen or Bryan Kingsford via email.
PNQS 20-1056 A&E Renovate Building1056, Maxwell AFB (Sources Sought)
Buyer not available
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 1056 at Maxwell Air Force Base in Montgomery, Alabama. The selected firm will be responsible for comprehensive design work, including construction drawings, specifications, and cost estimates, with a focus on repairing the roof and doors, upgrading HVAC systems, and ensuring compliance with building codes. This opportunity is crucial for maintaining and enhancing the operational capabilities of Maxwell AFB, and the project must be completed within 220 days after the Notice to Proceed, with specific milestones for design documentation. Interested parties are required to submit their qualifications and relevant information to the primary contacts, MSgt Jeremy Clark and Mr. Eldrae A. Perdue, by 3:00 p.m. central time on April 24, 2025.
Industry Day - Non-Real Property Maintenance and Repair at Eglin AFB, FL
Buyer not available
The Department of Defense, specifically the Air Force, is hosting an Industry Day to identify vendors capable of providing non-real property maintenance and repair services at Eglin Air Force Base in Florida. The objective is to engage companies that can manage and maintain specialized mobile offices and other temporary structures, ensuring compliance with safety and environmental standards while adhering to emergency response protocols. This initiative is crucial for maintaining operational efficiency at the base and includes a focus on subcontracting opportunities for small businesses. Interested vendors must RSVP by May 1, 2025, and submit their capability statements and past performance information to the designated contacts, Jared Dunn and Lindsay Hartzog, by the specified deadline. The Industry Day will take place on May 13 and 14, 2025, at Northwest Florida State College.
Visiting Aircrew Facility Support Services
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking potential sources for the Visiting Aircrew Facility Support Services at Holloman Air Force Base in New Mexico. This Sources Sought Notice aims to identify contractors capable of providing non-personnel services, including facility management, housekeeping, and vehicle management for visiting aircrew, ensuring that accommodations are maintained in a high state of readiness. The anticipated contract will be a firm-fixed price agreement under NAICS code 561210, with a size standard of $47 million, and responses are due by April 17, 2025, at 4:00 PM MST. Interested parties should contact Andrew Pascoe at andrew.pascoe@us.af.mil or Elizabeth Ongstad at elizabeth.ongstad@us.af.mil for further details.
100% Design, B501 Mission Planning Cell
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking qualified small business contractors to provide architectural and engineering services for the 100% design of the B501 Mission Planning Cell at Dover Air Force Base in Delaware. The project requires comprehensive design and construction documentation, including architectural plans, upgrades to HVAC, electrical, and communication systems, and adherence to military standards and codes. This procurement is crucial for enhancing operational capabilities and ensuring compliance with federal regulations, with a contract value estimated between $500,000 and $1 million and a performance period of 330 calendar days. Interested parties must submit their proposals electronically by Noon EST on April 30, 2025, and can direct inquiries to Princess Rivera at princess.rivera.1@us.af.mil or Anna George at anna.george.2@us.af.mil.
Hill AFB, Utah - Burger King Image Update
Buyer not available
The Army and Air Force Exchange Service (AAFES) is soliciting proposals for the renovation of an existing Burger King facility at Hill Air Force Base, Utah, under the project titled "Burger King Image Update." The project aims to update both the interior and exterior of the restaurant, including modifications to mechanical and electrical systems to meet Burger King's food equipment requirements and adherence to brand standards. This renovation is crucial for enhancing service quality at military installations and ensuring compliance with federal, state, and local regulations. Interested contractors should note that the estimated project cost ranges from $500,000 to $1,000,000, with a completion timeline of 120 days from the notice to proceed, and proposals are due by May 12, 2025. For further inquiries, contact Grace Perez-Martinez at martinezg@aafes.com or call 214-212-3271.
Convert B290 & 291 to LRS Warehouse
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the renovation of Buildings 290 and 291 at Holloman Air Force Base in New Mexico, aimed at enhancing the operational capabilities of the 377th Logistics Readiness Squadron (LRS). The project involves a comprehensive design/build effort that includes demolishing, renovating, and constructing new facilities, with a focus on administrative and storage spaces, as well as the installation of a new overhead loading dock and updates to communication systems. This initiative is critical for modernizing military facilities to meet operational demands, with a contract value anticipated between $1 million and $5 million. Interested contractors must ensure compliance with all solicitation requirements and register in the System for Award Management (SAM) to be eligible for consideration, with the solicitation expected to be posted around May 12, 2025. For further inquiries, potential offerors can contact SrA Zelena Dorudemir at zelena.dorudemir@us.af.mil or SrA James Trill at james.trill.1@us.af.mil.
Repair Interior Renovation Bldg 90131
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the Repair Interior Renovation of Building 90131 at Hurlburt Field, FL, under a total small business set-aside. The project aims to renovate the interior space to provide office and workspace for the 2nd Special Operations Facility, including structural modifications, sitework, and comprehensive interior finishes. This renovation is critical for enhancing operational capabilities and ensuring a functional work environment for personnel. Interested contractors must submit their proposals electronically by May 2, 2025, and direct any inquiries to Richard Beaty at richard.beaty.3@us.af.mil or by phone at 850-884-2036.