Skip to main content

An official website of the United States government

You have 2 new alerts

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

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Presolicitation (Original)
  • Original Published Date: Feb 27, 2025 09:21 pm CST
  • Original Response Date: Apr 17, 2025 02:00 pm CDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: May 02, 2025
  • Initiative:
    • None

Classification

  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: Y1BZ - CONSTRUCTION OF OTHER AIRFIELD STRUCTURES
  • NAICS Code:
    • 541330 - Engineering Services
  • Place of Performance:
    Hill Air Force Base , UT 84056
    USA

Description

PRE-SOLICITATION (PRE-“REQUEST FOR SF-330s”) NOTICE
1. SOLICITATION NUMBER: FA8903-25-R-0009
2. TITLE: SINGLE AWARD TASK ORDER CONTRACT (SATOC) FOR TITLE I AND TITLE II ARCHITECT-ENGINEER (A/E) SERVICES TO DESIGN THE RENOVATION OF HANGAR 225 AT HILL AIR FORCE BASE (HILLHANGARAE25).
3. LOCATION: Hill AFB, UT
4. PRICE RANGE:   $35,000,000
5. TYPE: ARCHITECT-ENGINEERING
6. NAICS CODE: 541330 – Engineering Services
7. PSC/FSC CODE: C211 – A&E General: Landscaping, Interior Layout, and Designing
8. CLASS CODE: C – Architect and Engineering Services
9. SIZE: $25.5 Million
10. SET ASIDE: Total Small Business Set-Aside 
11. CONTRACTING POCs: Ms. Brindle Summers, Ms. Laura Koog, and Ms. Ciarra Oxford
12. ISSUE DATE OF SYNOPSIS FOR SF330’s: On or about 14 MAR 2025
13. CLOSING DATE/BID OPENING: On or about 17 APR 2025, 2:00 p.m. (Central)
14. CONTRACTING OFFICE: (FA8903) - 772 Enterprise Sourcing Squadron (772 ESS), Joint Base San Antonio – Lackland, 78236
PLEASE NOTE: THIS IS NOT A REQUEST FOR PROPOSAL NOR A REQUEST FOR SF330’s. THERE IS NO SOLICITATION PACKAGE TO DOWNLOAD.  


GENERAL INFORMATION
This action provides notice of the upcoming synopsis for an Indefinite Delivery Definite Quantity (IDIQ), Single Award Task Order Contract (SATOC) for Architect-Engineer (A&E) Title I and Title II design services for multiple phases of design to be issued on separate Task Orders (PCR, 35% Design, Issued for Construction 100% Design, and Title II services) for the full renovation (restoration and modernization) of Hangar 225 at Hill AFB. The anticipated Ordering Period is a Base Period of Five Years with a Five-Year Option Period, and a contract ceiling/capacity of $35,000,000.

The synopsis will be issued as a competitive Total Small Business Set Aside to be awarded to the single Most Highly Qualified firm. The North American Industrial Classification System code is 541330, which has a size standard of $25,500,000 in average annual receipts.  To receive award, the Most Highly Qualified Firm must be registered in the System for Award Management (SAM). Register via the SAM website at http://www.sam.gov.  All responders are advised that this action may be revised or cancelled at any time during the SF330 submission, selection, evaluation, negotiation, and final award process.

This SATOC will be procured in accordance with the Selection of Architect-Engineers (Brooks Act) procedures, as implemented in FAR 36.6.  A single Firm will be selected based on the selection criteria required at FAR 36.6, with specific experience/technical competence and professional qualifications anticipated to include Aircraft Hangar design experience with restoration and modernization of existing Aircraft Hangars, Multi-Floor Office Space design, structural seismic retrofit, historical facilities, 3D modeling for clash detection, electrical forensic investigation, hazmat planning, and/or experience in Design to ensure appropriate construction Phasing/Sequencing. Experience with Title II support for major construction projects will also be evaluated, as well as knowledge of locality. The synopsis will specify the submission requirements and evaluation methods.

Interviews, to include oral presentations, may be held with some, none, or all firms during the selection process. Award of any resultant contract does not guarantee work to the selected firm; however, the first Task Order to develop a Planning Charette Report (PCR) for the first phase of design will be awarded concurrently with the basic contract award to satisfy the minimum guarantee. Labor Rates will be negotiated concurrently with the first Task Order and included in the basic contract for use on future Task Orders. Escalation of Labor Rates will be negotiated for the out-years.

The SATOC will have a basic ordering period of five (5) years, with a 5-year Option Period and allow for the issuance of Firm-Fixed Price (FFP) task orders.  

The SATOC will have a total contract capacity/ceiling of $35,000,000, with an anticipated Task Order limitation of a minimum of $2,500 and a maximum of $10,000,000, subject to the limitations at FAR 52.216-18.  This contract is not intended for decentralized ordering. The Air Force Civil Engineer Center in conjunction with 772 Enterprise Sourcing Squadron will issue and administer Task Orders for the duration of the ordering period. Note that the scope of this resultant AE SATOC at Hill AFB is for Hangar 225 only.

SYNOPSIS POSTING: The synopsis is expected to be posted to sam.gov on or about 14 MAR 2025

QUESTIONS: A pre-solicitation (pre-SF330 submission) conference will not be held, but questions and/or comments will be requested from industry when the synopsis is posted.  The synopsis will identify the due date for any questions. Any questions and/or comments received after the deadline will not be considered for response.  All timely questions and/or comments will be addressed and subsequently posted on the SAM.gov website. Any questions regarding this notice or synopsis (that are not already answered on SAM.gov) should be addressed to:

  • Ms. Brindle Summers, Contracting Officer, brindle.summers@us.af.mil  
  • Ms. Laura Koog, Contract Specialist, laura.koog@us.af.mil ; and
  • Ms. Ciarra Oxford, Contract Specialist, ciarra.oxford@us.af.mil 

Contact Information

Contracting Office Address

  • CP 210 395 8776 2261 HUGHES AVE BLDG 171 STE 163
  • JBSA LACKLAND , TX 78236-9861
  • USA

Primary Point of Contact

Secondary Point of Contact

History