Sole Source Justification Liberty Center Blanket Purchase Agreement
ID: FA469023A0001Type: Justification
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.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Construct B-21 ADD Flight Simulator Phase 2, Ellsworth Air Force Base (AFB), South Dakota (SD)
    Buyer not available
    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 by providing a state-of-the-art simulator facility, which is crucial for the operational readiness of Air Force personnel. The proposal due date is set for December 18, 2025, at 14:00 CT, and interested contractors can reach out to Scott Dwyer at Scott.Dwyer@usace.army.mil or 402-995-2584, or Brittany Gull at brittany.c.gull@usace.army.mil for further inquiries.
    Commercial Lodging BPA - Peterson SFB
    Buyer not available
    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.
    Notice of Intent: Sole Source Justification Borescope Repairs
    Buyer not available
    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.
    Sources Sought - Construction of the Ground Based Strategic Deterrent (GBSD) Sentinel Security Forces Operations Complex (SFOC), Minot AFB, ND
    Buyer not available
    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.
    COMBINED SYNOPSIS/SOLICIATION FOR NON-PERSONAL COMMERCIAL LODGING WITHIN A TEN (10) MILE RADIUS FROM PETERSON SPACE FORCE BASE, COLORADO
    Buyer not available
    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
    Buyer not available
    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.
    437 OG Special Missions Support Services
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, has awarded a contract for Special Missions Support Services to Lock4, LLC, valued at $1,042,028.02, covering the base period and four option years. This non-personal service contract supports the 437th Operations Group at Joint Base Charleston, SC, and includes provisions for travel as required by the Performance Work Statement (PWS) and mission needs. The contract was awarded on a sole-source basis under the 8(a) program due to the award amount being below the competitive threshold, emphasizing the importance of these specialized support services for military operations. For further inquiries, interested parties can contact SSgt Christopher Weaver at christopher.weaver.14@us.af.mil or by phone at 843-963-4541.
    Sources Sought - Ground Based Strategic Deterrent (GBSD) Sentinel Consolidated Vehicle Maintenance Complex (CVMC) Minot AFB, ND
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is conducting market research for potential prime contractors capable of constructing the Ground Based Strategic Deterrent (GBSD) Sentinel Consolidated Vehicle Maintenance Complex (CVMC) at Minot Air Force Base, North Dakota. The project involves the design and construction of two facilities, including a Vehicle Maintenance Facility and a Vehicle Operations Facility, with a total construction magnitude estimated between $100 million and $250 million. This initiative is critical for enhancing the operational capabilities of the military and ensuring compliance with Department of Defense standards, including cybersecurity requirements. Interested contractors must demonstrate their bonding capability of at least $123 million and submit their qualifications 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.
    Sports Officials BPA for DAFB
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for a Blanket Purchase Agreement (BPA) to provide sports officiating and scorekeeping services at Dover Air Force Base in Delaware. The contractor will be responsible for supplying all necessary labor, tools, equipment, uniforms, materials, supervision, and transportation for various intramural and Youth Center sports activities, including flag football, softball, basketball, soccer, and volleyball. This procurement is crucial for maintaining organized recreational sports programs for military personnel and their families. The estimated total award amount is $17,500,000, with quotations due by December 12, 2025, at 12:00 PM EST. Interested parties can contact Dean Mohrmann at dean.mohrmann.1@us.af.mil or 302-677-5220 for further information.
    GARTNER LICENCES-ESI BPA
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking to award a sole source contract for Gartner subscriptions and licenses to provide research and advisory services for the Strategic Warning and Surveillance Systems Acquisition Delta (SSC/SZQ). This procurement is justified as market research indicates that Gartner is the only provider capable of delivering the specific services required, with no authorized resellers available for the associated licenses. The contract will be executed under Gartner's DoD ESI Blanket Purchase Agreement (BPA) N66001-19-A-0049, and interested parties can direct inquiries to Kevin Sibley at kevin.sibley@spaceforce.mil. The place of performance for this contract will be in Colorado Springs, CO, with the relevant PSC code being B544 for special studies and analysis in technology.