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
    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
    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.
    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.
    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.
    Similar Opportunities
    INDUSTRY DAY: SURVIVABLE AIRBORNE OPERATIONS CENTER (SAOC), Offutt AFB, NE (SAOC) CONSTRUCTION
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers – Omaha District, is hosting an Industry Day for the Survivable Airborne Operations Center (SAOC) Program and the construction of a 2-Bay Maintenance Hangar and Taxiway at Offutt Air Force Base, Nebraska. This procurement involves the construction of a 315,000 square foot maintenance hangar designed to accommodate two Boeing 747-8i aircraft, along with necessary support facilities and infrastructure, with an estimated construction cost exceeding $500 million. The event, scheduled for January 22, 2026, will provide prime contractors the opportunity to learn about the project, engage in a Q&A session, and request one-on-one interviews with government representatives, with a focus on contractors capable of bonding $1 billion or more for a single project. Interested parties must contact Margarette Wolfe or Jessica Jackson by January 20, 2026, to request a time slot for the one-on-one sessions.
    14459 - Anchor Points Follow-On
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide non-personal services for anchor points and fall protection at Hill Air Force Base in Utah. The procurement involves comprehensive inspections and recertifications of anchor points, rails, trolleys, and associated hardware, along with minor repairs during recertification, as outlined in the Performance Work Statement. These services are critical for ensuring safety and compliance with regulations at the U.S. Air Force's Ogden Air Logistics Complex and Utah Training & Test Range. Interested small businesses must contact Hugo Ruano Gutierrez or Lelauni Jenkins for further details, with proposals due in accordance with the solicitation timeline.
    FY26 Airfield Pavement Preventative Maintenance
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the FY26 Airfield Pavement Preventative Maintenance project at Dover Air Force Base in Delaware. This opportunity is a 100% Small Business set-aside, requiring contractors to provide all labor, materials, equipment, and tools necessary for airfield pavement maintenance, with a project magnitude estimated between $250,000 and $500,000. The contract will be a Firm Fixed Price type with a performance period of 365 calendar days, emphasizing the importance of maintaining airfield infrastructure for operational readiness. Proposals are due by 1:00 PM EST on January 9, 2026, and must remain valid through March 31, 2026; interested parties should direct inquiries to SSgt Mariah Thompson at mariah.thompson@us.af.mil or Mr. Dimas Bernacchia at dimas.bernacchia.2@us.af.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.
    SASPO Hill Industry Day 2026
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is hosting the SASPO Hill Industry Day 2026, aimed at fostering engagement between industry representatives and government entities. Scheduled for January 15, 2026, from 0830 to 1500 hrs MT at the Davis Stewart Center in Layton, Utah, the event will feature presentations on strategic sourcing, reverse engineering, and weapon system opportunities, along with networking sessions to facilitate collaboration. Interested attendees must RSVP by providing their company name and attendee details to the designated email address, and a $4.00 daily parking fee will apply. For further inquiries, participants can contact Tracey Beringer at tracey.beringer@us.af.mil.
    FY25 MCA PN76898 Aircraft Maintenance Hangar, Wheeler Army Airfield, Oahu, Hawaii
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the construction of an Aircraft Maintenance Hangar at Wheeler Army Airfield in Oahu, Hawaii. This project falls under the NAICS code 236220, which pertains to Commercial and Institutional Building Construction, and aims to enhance the operational capabilities of the Army by providing a dedicated facility for aircraft maintenance. Interested contractors must submit their proposals via the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module, and registration as a vendor in PIEE is mandatory. For further inquiries, interested parties can contact Brett Watanabe at brett.j.watanabe@usace.army.mil or Jennifer Ko at jennifer.i.ko@usace.army.mil, with the proposal submission process requiring adherence to specific guidelines outlined in the PIEE resources.
    Construct a B-21 Field Training Detachment Building at Dyess AFB, TX
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers – Fort Worth District, is seeking experienced firms to construct a B-21 Field Training Detachment Building at Dyess Air Force Base in Texas. This project involves a comprehensive scope of work, including the construction of a concrete foundation, steel frame structure, and various utility installations, all designed to meet stringent security and safety requirements. The estimated construction cost ranges from $250 million to $500 million, with a project duration of approximately 42 months, and interested firms must respond to the sources sought notice by December 16, 2025, to express their capabilities and interest. For further inquiries, firms can contact Nicole Esser at nicole.r.esser@usace.army.mil or Matthew Dickson at matthew.s.dickson@usace.army.mil.
    JBR050 Aircraft Maintenance Hangar
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the construction of a 52,047 square foot Aircraft Maintenance Hangar and Aviation Operations Facility at Joint Base Elmendorf-Richardson, Alaska. This facility will provide essential multipurpose space for the maintenance, repair, and major overhaul of military aircraft, including areas for maintenance bays, technical supply, production control, and quality control related to aviation maintenance for the Alaska Army National Guard (AKARNG). The successful contractor will play a crucial role in enhancing the operational capabilities of military aviation through this construction project. Interested parties can reach out to Michelle Nelsen at michelle.nelsen@usace.army.mil or call 907-753-2527 for further details regarding the solicitation process.
    FY25 MCA PN76898 Aircraft Maintenance Hangar, Wheeler Army Airfield, Oahu, Hawaii
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, Honolulu District, is preparing to solicit bids for the construction of an Aircraft Maintenance Hangar at Wheeler Army Airfield in Oahu, Hawaii. This project involves a Design-Bid-Build approach and aims to construct a medium standard design hangar along with associated maintenance facilities, which are critical for supporting Combat Aviation Brigade operations and enhancing airfield readiness. The estimated contract value ranges between $100 million and $250 million, with a performance period of approximately 1,186 calendar days. Interested contractors should register as a vendor in the Procurement Integrated Enterprise Environment (PIEE) and maintain an active registration with the System for Award Management (SAM). For further inquiries, contact Brett Watanabe at brett.j.watanabe@usace.army.mil or call 808-835-4045.
    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.