Sole Source Justification Liberty Center Blanket Purchase Agreement
ID: FA469023A0001Type: Justification
AwardedNov 9, 2022
Award #:FA469023A0001
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4690 28 CONS PKCELLSWORTH AFB, SD, 57706-4947, USA

PSC

SUPPORT- MANAGEMENT: OTHER (R799)
Timeline
    Description

    The Department of Defense, through the 28th Contracting Squadron at Ellsworth Air Force Base (AFB) in South Dakota, has awarded a sole source Blanket Purchase Agreement (BPA) to the South Dakota Ellsworth Development Authority (SDEDA) for services at the Liberty Center. This procurement is justified under FAR 13.501(a), as SDEDA is uniquely positioned less than one mile from Ellsworth AFB and operates a comprehensive 58,000-square-foot facility that includes various recreational and support spaces for military personnel. The estimated value of the BPA is $100,000 over a five-year period, from October 2022 to October 2027, with annual assessments to determine the continued necessity of a sole source. For further inquiries, interested parties may contact SSgt Jonathan Slayton at jonathan.slayton@us.af.mil or by phone at 605-385-1655.

    Files
    Title
    Posted
    The document is a Single Source Justification for a Blanket Purchase Agreement (BPA) for services at the Liberty Center in Box Elder, SD, serving members attached to Ellsworth AFB, SD. The estimated cost is $100,000.00 for a five-year period from October 2022 to October 2027. The justification for a single source, the Liberty Center (operated by the South Dakota Ellsworth Development Authority or SDEDA), is based on its unique proximity (less than 1 mile) to Ellsworth AFB and its comprehensive 58,000-square-foot facility, which includes an indoor track, court spaces, a studio, and a distinguished visitor space. Market research confirmed no other capable businesses with active SAM registration were found in the immediate commuting area. SDEDA is also a SAM.gov registered HUBZone firm. The contracting officer, Jonathan L. Allen, determined that only a single source is reasonably available, as per FAR 13.106-1(b)(1). The BPA will be assessed annually via market research to confirm if a single source is still required.
    Similar Opportunities
    PRIDE Hangar B7504 - Ellsworth, AFB
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, Omaha District, intends to negotiate a sole source contract modification with Edman Bryan, LLC for roof repairs at the PRIDE Hangar B7504 located at Ellsworth Air Force Base in South Dakota. The objective of this procurement is to address urgent roof leaks that have disrupted construction activities and jeopardized the completion of the facility, which is critical for the B-21 beddown mission. This acquisition falls under NAICS code 236220 for Commercial and Institutional Building Construction, with a small business size standard of $45 million, and interested parties may submit capability statements by email to Sarah Martin at sarah.a.martin@usace.army.mil by 2:00 PM Central Time on January 7, 2025. No competitive proposals will be accepted, and the government retains discretion over the procurement process.
    B-21 60 Row South- Environmental Protection Shelters (EPS) at Ellsworth Air Force Base (AFB), South Dakota (SD)
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is seeking contractors for the construction of Environmental Protection Shelters (EPS) at Ellsworth Air Force Base (AFB) in South Dakota. This procurement aims to provide essential infrastructure that supports environmental protection measures at the base, ensuring compliance with safety and environmental regulations. The project falls under the NAICS code 236220, which pertains to Commercial and Institutional Building Construction, and is categorized under the PSC code Y1BZ for the construction of other airfield structures. Interested parties can reach out to Margarette Wolfe at margarette.e.wolfe@usace.army.mil or by phone at 402-995-2063 for further details, with the presolicitation notice updated as of December 30, 2025.
    Construct B-21 ADD Flight Simulator Phase 2, Ellsworth Air Force Base (AFB), South Dakota (SD)
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is soliciting proposals for the construction of a new Flight Simulator Facility at Ellsworth Air Force Base in South Dakota. This project aims to enhance training capabilities for the B-21 aircraft, reflecting the military's commitment to maintaining advanced operational readiness. The solicitation has been amended to update wage determinations and revise the proposal due date to February 5, 2026, at 1400 CT. Interested contractors can reach out to Scott Dwyer at Scott.Dwyer@usace.army.mil or by phone at 402-995-2584 for further information.
    Commercial Lodging BPA - Peterson SFB
    Dept Of Defense
    The Department of Defense, through the 21st Contracting Squadron, is seeking qualified small businesses to provide commercial lodging services under a Blanket Purchase Agreement (BPA) for personnel stationed at Peterson Space Force Base in Colorado. The contractor will be responsible for supplying single and double occupancy hotel or motel rooms within ten miles of the base, ensuring compliance with specified performance standards, including security, cleanliness, and accessibility. This procurement is vital for accommodating military personnel, particularly Air Reserve Airmen, during their assignments, with the BPA set to remain open for responses until November 25, 2029. Interested vendors should contact Tiffany Harley at tiffany.harley.2@spaceforce.mil or Joseph Willard at joseph.willard@us.af.mil for further details.
    Air Compressor Maintenance Services
    Dept Of Defense
    The Department of Defense, through the 28th Contracting Squadron at Ellsworth Air Force Base (AFB) in South Dakota, is seeking proposals for Air Compressor Maintenance Services. The contractor will be responsible for providing all necessary management, tools, supplies, equipment, labor, and services to perform both scheduled and unscheduled maintenance in accordance with the Performance Work Statement (PWS) and Service Summary (SS). This contract is crucial for ensuring the operational readiness and sustained mission capability of air compressor systems at the base, with an anticipated Indefinite Delivery-Indefinite Quantity (IDIQ) firm-fixed-price contract spanning five years and six months, including an optional six-month extension. Interested parties should direct inquiries to Deanine R. Rogers or Joshua Johnson by January 7, 2026, and are encouraged to submit proposals once the official solicitation is released in the week of January 12, 2026.
    Sources Sought - Construction of the Ground Based Strategic Deterrent (GBSD) Sentinel Security Forces Operations Complex (SFOC), Minot AFB, ND
    Dept Of Defense
    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.
    Notice of Intent: Sole Source Justification Borescope Repairs
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, intends to award a sole source contract for borescope repairs to Waygate Technologies USA, LP, as announced by the 28th Contracting Squadron at Ellsworth Air Force Base in South Dakota. This procurement involves the acquisition of borescope parts and repair services, which are critical for maintaining the operational readiness of equipment used at the base. The justification for this sole source award is based on the determination that only Waygate Technologies can provide the necessary services, as detailed in the attached sole source justification document. Interested parties can direct inquiries to TSgt Jonathan Slayton at jonathan.slayton@us.af.mil or by phone at 605-385-1655.
    COMBINED SYNOPSIS/SOLICIATION FOR NON-PERSONAL COMMERCIAL LODGING WITHIN A TEN (10) MILE RADIUS FROM PETERSON SPACE FORCE BASE, COLORADO
    Dept Of Defense
    The Department of Defense is seeking non-personal lodging services within a ten-mile radius from Peterson Air Force Base in Colorado. This requirement is set-aside for Small Businesses (SB) only and aims to award multiple Blanket Purchase Agreements (BPAs) for commercial lodging services. The lodging services should be able to meet the requirements defined in the Statement of Work (SOW), including the ability to block off rooms for reservation within the approved GSA Per Diem Rates that are Tax Exempt. The awarded BPAs will have a five-year period of performance with a minimum order value of $1.00 up to a ceiling of $500,000.00. Contractors interested in this opportunity should submit a capability statement demonstrating their aptitude and capability to meet all the requirements. The capability statement should include the contractor's name, physical address, point of contact information, verification of SAM Registration and/or DUNs/Cage Numbers, and a small business identification and size capability statement. The awarded BPAs will incorporate all the terms and conditions defined in the solicitation. This opportunity will be open for five years to allow for additional contractors/companies to be considered for award of a BPA. Interested contractors should submit their capability statement to the Contract Specialist and Contracting Officer listed in the document.
    Project Labor Agreement Survey - Construction Of The Ground Based Strategic Deterrent (GBSD) Sentinel Security Forces Operations Complex (SFOC), Minot AFB, ND
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers Omaha District, is soliciting comments from the construction community regarding the potential use of Project Labor Agreements (PLA) for the construction of the Ground Based Strategic Deterrent (GBSD) Sentinel Security Forces Operations Complex (SFOC) at Minot Air Force Base, North Dakota. This large-scale construction project, with an estimated cost between $100 million and $250 million, aims to establish a consolidated facility that includes various operational spaces and infrastructure necessary for security forces operations. The use of PLAs is intended to promote efficiency and stability in labor relations for such significant federal projects, as mandated by Executive Order 14063. Interested parties are required to submit their responses by 2:00 PM Central Time 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, ensuring that submissions do not exceed five pages and include relevant contact information.
    Sources Sought PinPoint II Maintenance
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking sources for the maintenance of PinPoint II Systems at Ellsworth Air Force Base in South Dakota. The procurement aims to ensure that all maintenance services are performed in accordance with the manufacturer's specifications and coordinated with the Ellsworth AFB Maintenance Group, including the provision of necessary materials, equipment, and technical support. The PinPoint II PCB Test Systems are critical for maintaining operational readiness, requiring periodic calibration and software updates, while adhering to safety and security regulations. Interested vendors should contact A1C Trent Waterman or Timeaki McPhee via email, providing their company's CAGE code and any active GSA contract numbers, as this is a sources sought notice for market analysis purposes.