Skip to content
Department of Defense

Architecture and Engineering IDIQ - Edwards AFB

Solicitation: FA930126R0004
Notice ID: 427cee8d760a4ae4b079537fe7dd6e04
TypeSolicitationNAICS 541310PSCC211Set-AsideSBADepartmentDepartment of DefenseAgencyDept Of The Air ForceStateCAPostedFeb 25, 2026, 12:00 AM UTCDueMar 29, 2026, 05:00 PM UTCCloses in 32 days

Solicitation from DEPT OF THE AIR FORCE • DEPT OF DEFENSE. Place of performance: CA. Response deadline: Mar 29, 2026. Industry: NAICS 541310 • PSC C211.

DoD CMMC Readiness
Modern compliance support by Federal Bid Partners

CMMC support options for this DoD solicitation

As DoD CMMC rollout expands, approximately 80%+ of DoD solicitations are expected to include cybersecurity/CMMC requirements, including many non-tech scopes.

Done-for-you service
CMMC start-to-finish with FBP
$2,000
Registered Practitioner logo
Guided by a Registered Practitioner with practical DoD workflow support.
  • Gap review, remediation roadmap, and implementation support
  • Policy package, evidence mapping, and submission prep
  • Designed for primes and subs across non-tech and tech work
Start CMMC with Federal Bid Partners →
AI-powered application
CMMC Pulsar™ start-to-finish
$399
CMMC Pulsar logo
First-of-its-kind CMMC Pulsar™ app to run your CMMC workflow with AI assistance.
  • Structured checklist, AI guidance, and progress tracking
  • Build evidence and controls with clearer next-step workflows
  • Ideal for teams that want speed plus affordability
Open CMMC Pulsar™ →
Solicitation context: FA930126R0004. Requirements vary by acquisition and contract type; COTS-only exceptions may apply.

Market snapshot

Awarded-market signal for NAICS 541310 (last 12 months), benchmarked to sector 54.

12-month awarded value
$1,668,803
Sector total $5,861,851,501,580 • Share 0.0%
Live
Median
$350,000
P10–P90
$332,053$403,453
Volatility
Stable20%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.0%
share
Momentum (last 3 vs prior 3 buckets)
+100%($1,668,803)
Deal sizing
$350,000 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Map for CA
Live POP
Place of performance
California • 93561 United States
State: CA
Contracting office
Edwards Afb, CA • 93524-1185 USA

Point of Contact

Name
Lucas Jochem
Email
lucas.jochem@us.af.mil
Phone
Not available
Name
Adam R. Confer
Email
adam.confer.2@us.af.mil
Phone
Not available

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE AIR FORCE
Subagency
AIR FORCE MATERIEL COMMAND
Office
AIR FORCE TEST CENTER • FA9301 AFTC PZIO
Contracting Office Address
Edwards Afb, CA
93524-1185 USA

More in NAICS 541310

Description

The Air Force Test Center (AFTC) at Edwards Air Force Base (EAFB) intends to award a Single-Award, Indefinite-Delivery/Indefinite-Quantity (IDIQ) contract to provide multi-discipline Architect-Engineer (A-E) services.

The contract will have a 5-year IDIQ. The total IDIQ ceiling shall not exceed $25,000,000 Task orders issued under this contract will be Firm-Fixed-Price (FFP).

The general scope of work includes, but is not limited to, the preparation of designs, plans, specifications, and reports (Title I, and Title II services) for a broad range of projects. Services may include comprehensive master planning, engineering studies and investigations, design of new vertical construction, major facility renovations, and design of infrastructure systems (e.g., electrical, mechanical, civil). Projects will primarily be located at Edwards AFB and its associated sites.

This is a Synopsis/Solicitation for interested Small Businesses to provide their SF330 packages.

2. SELECTION PROCESS

This acquisition will be conducted in accordance with the Qualifications-Based Selection (QBS) procedures of the Brooks Act and Federal Acquisition Regulation (FAR) Part 36.2. The Government will evaluate offerors based on the submission of a Standard Form 330 (SF330). The Government will not consider price in the selection of the most highly qualified firm.

The following procedures will be followed:

Soliciation Posted.

Firms respond with SF330 packages.

Evaluation team evaluates and down selects to top 3 rated firms based on stated evaluation criteria.

Top three firms are further interviewed to further understand capabilities and qualifications. Top firm is selected from this process.

Top rated firm is issued the formal Request for Proposal for full proposal and pricing.

Evaluation is made. If deemed acceptable award is made. If deemed unacceptable the Request for Proposal is sent to the second rated firm.

3. SUBMISSION REQUIREMENTS

Interested and qualified Small Business firms are invited to submit a complete SF330 package. The package must adhere to the following instructions. Failure to comply with these instructions may result in the submission being considered non-responsive and removed from consideration.

a. Submission Method: All submissions must be submitted electronically via DoD SAFE (Secure Access File Exchange). Firms must request a unique DoD SAFE link by sending an email to both the Contracting Officer (CO) and the Contract Specialist (CS) at the email addresses listed below. It is the offeror's responsibility to request the link in a timely manner.

b. Page Limitations: Page limitations will be strictly enforced. Any pages provided in excess of the limits will be removed and will not be evaluated.

* Total Submission: Shall not exceed fifty-five (55) pages.

* SF330 Part II (Prime): Limited to one (1) page.

* SF330 Part II (Prime's Non-Local Offices): One (1) additional Part II page for each non-local office that may contribute.

* SF330 Part II (Teaming Partners): One (1) additional Part II page per teaming partner.

* Teaming Agreements: Teaming Agreements may be included and will not count against the page limit.

For evaluation criteria please see attachment for Evaluation Criteria.

Contracting Team:

Contracting Officer: Adam R. Confer – adam.confer.2@us.af.mil

Contract Specialist – Lucas Jochem – lucas.jochem@us.af.mil

Files

Files size/type shown when available.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

FAQ

How do I use the Market Snapshot?

It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.

Is the data live?

The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.

What do P10 and P90 mean?

P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.