NATO Request for Information: Next Gen Workplace Design Concept
ID: RFI-ACT-SACT-25-13Type: Special Notice
Overview

Buyer

COMMERCE, DEPARTMENT OFBUREAU OF INDUSTRY AND SECURITY

NAICS

Interior Design Services (541410)
Timeline
    Description

    The Department of Commerce, specifically the Bureau of Industry and Security, has issued a Request for Information (RFI) regarding the "Next Gen Workplace Design Concept" for NATO's Headquarters Supreme Allied Command Transformation (HQ SACT) in Norfolk, Virginia. The RFI seeks input from U.S. Department of Defense-accredited architectural design firms on innovative redesign strategies that promote a modern, flexible, and tech-enabled work environment, accommodating a projected workforce increase to over 950 personnel by 2025. This initiative is crucial for enhancing operational efficiency while ensuring compliance with federal and state regulations, particularly in terms of privacy and security. Responses to the RFI are due by 5:00 pm EST on March 3, 2025, with a Q&A session scheduled for February 14, 2025; all inquiries must be directed to the designated Points of Contact as specified in the RFI documentation.

    Point(s) of Contact
    No information provided.
    Files
    Title
    Posted
    The NATO Headquarters Supreme Allied Command Transformation (HQ SACT) has issued a Request for Information (RFI) for a "Next Gen Workplace Design Concept" aimed at modernizing its workspace. This RFI seeks industry input on redesign strategies tailored to flexible, tech-enabled environments conducive to improved productivity, accommodating an increasing workforce that is projected to exceed 950 people by 2025. Respondents must include U.S. DoD accredited architectural design firms and provide insights on design principles, cost estimates, infrastructure implications, and innovative solutions that comply with federal and state regulations. The project will initiate renovations on the 3rd, 4th, and 5th floors, prioritizing collaborative and individual spaces to enhance operational efficiency while maintaining privacy and security. Responses to the RFI will inform a potential National Competitive Bid (NCB/RFP), with submissions due by March 3, 2025, following a Q&A session scheduled for February 14, 2024. Vendors will be evaluated based on their ability to address NATO's evolving operational needs through a modernized work environment, reflecting a commitment to adaptive strategies in light of security and technological advancements.
    Lifecycle
    Title
    Type
    Similar Opportunities
    NATO Request for Information: Capability Package CP149 Rev 1 “Dragonfly Increment 1”
    Buyer not available
    The Department of Commerce, through the Bureau of Industry and Security, has issued a Request for Information (RFI) from the NATO Communications and Information Agency (NCIA) regarding the Capability Package CP149 Rev 1 “Dragonfly Increment 1” project, specifically focusing on the Information Clearing House – Release Gateway (ICH-RG). The objective of this RFI is to explore potential solutions that can enhance NATO's military information exchange capabilities, particularly in secure information sharing across NATO and with non-NATO entities, addressing current capability gaps. This initiative is crucial for ensuring effective information dissemination for mission operations across various security domains, utilizing a modular approach to interconnect different networks. Interested parties are encouraged to submit their responses by 17:00 Brussels time on January 31, 2025, and should refer to the NCIA reference number MS-423340-ICH-RG in all correspondence. Please note that this RFI does not constitute a commitment to procure any items.
    Request for Information (RFI) Commercial Solutions for Shared Classified Commercial Infrastructure Pilot Program
    Buyer not available
    The Department of Defense, through the Washington Headquarters Services (WHS), is soliciting information via a Request for Information (RFI) for a pilot program focused on shared classified commercial infrastructure. This initiative aims to enhance access to classified facilities for small businesses and non-traditional defense companies, while also seeking to reduce accreditation costs and identify policy barriers that may hinder broader adoption within the Department of Defense (DoD). The RFI is intended for market research purposes only, gathering insights on industry capabilities, cost efficiencies, regulatory barriers, and technology solutions to improve collaboration between the DoD, industry stakeholders, and the intelligence community. Interested parties are encouraged to submit their responses by March 10, 2025, and can reach out to Stevie Krekelberg at stevie.a.krekelberg.civ@mail.mil or Lamar Walker at lamar.a.walker.civ@mail.mil for further information.
    REACT Relocatable Modular
    Buyer not available
    The Department of Defense, specifically the Naval Air Warfare Center, is seeking qualified small businesses to provide a relocatable modular facility under solicitation N6893624Q0259. The project requires compliance with Intelligence Community Directive (ICD) 705, focusing on the design, construction, delivery, and installation of a secure facility that meets stringent safety and security standards, including RF shielding and accessibility requirements. This procurement is critical for enhancing operational capabilities while ensuring adherence to federal regulations and security protocols. Interested contractors must submit their quotes by the extended deadline of March 7, 2025, and can direct inquiries to Theresa Lee at seunghwa.t.lee.civ@us.navy.mil or by phone at 760-608-6780.
    Classified Commercial Coworking Spaces for NCR Region
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking sources for classified commercial coworking spaces within the National Capital Region (NCR). The objective is to acquire short-term, less than twelve months, on-demand coworking solutions that include fully furnished Sensitive Compartmented Information Facility (SCIF) workspaces, conference rooms, and breakout rooms, all compliant with Intelligence Community Directive (ICD) 705 standards. This procurement is crucial for providing secure and flexible work environments that can adapt to the dynamic needs of the Air Force's Concepts, Development, and Management Office. Interested parties must submit their capabilities packages electronically by 5 PM EST on November 11, 2024, to Jennifer Villarreal at jennifer.villarreal.4@us.af.mil and Shakima Slappey at shakima.slappey.2@us.af.mil, as this is a sources sought notice and not a solicitation for offers.
    NATO Request for Innovative Participation: Counter Glide Bombs
    Buyer not available
    The Department of Commerce, specifically the Bureau of Industry and Security, has issued a Request for Innovative Participation (RFIP) as part of NATO's Innovation Challenge 2025/March, focusing on countering glide bombs. This initiative seeks innovative solutions from industry and academia that can enhance NATO's capabilities in detecting, intercepting, or neutralizing glide bombs, particularly in light of their increased use in contemporary conflicts such as the one in Ukraine. Participants are encouraged to develop user-friendly, interoperable technologies that require minimal training and can be integrated into existing NATO systems. Submissions are due by March 13, 2025, with selected participants invited to present their solutions at a Pitch Day event on March 27, 2025, in Bydgoszcz, Poland. It is important to note that this RFIP does not constitute a procurement commitment, and no monetary awards will be provided for participation.
    NATO Request for Information: SHAPE Radio Overhaul
    Buyer not available
    The NATO Communications and Information Agency (NCIA) is seeking information from qualified vendors to modernize its obsolete VHF radio system by implementing a TETRA-based communication system integrated with the Astrid network. The primary objectives include enhancing secure communication, ensuring interoperability with partners, and preparing for Astrid's 4G/5G migration scheduled by 2030. Vendors are encouraged to provide insights on technical feasibility, compliance, and cost estimates, focusing on two procurement models: NATO Owned - Contractor Operated (NOCO) and Contractor Owned - Contractor Operated (COCO). Responses to this Request for Information (RFI-06484) are due by 12:00 pm Brussels time on March 14, 2025, and should be directed to Esteban Diaz, with no obligation imposed on NATO for future procurements.
    NATO Business Opportunity: Augment Deployable Communications Information Systems (DCIS) NRF Capability Increment 1
    Buyer not available
    The Department of Commerce, through the Bureau of Industry and Security, is seeking qualified contractors for the NATO Business Opportunity titled "Augment Deployable Communications Information Systems (DCIS) NRF Capability Increment 1." This procurement aims to enhance NATO's communication infrastructure by establishing new Points of Presence (PoP) to support communication between deployed forces and static command structures, involving the design, integration, testing, and validation of Core and Remote Nodes for data, voice, and video communications. The project is critical for modernizing NATO's Deployable Communications and Information Systems to meet emergent operational requirements, with an anticipated project duration from Q4 2025 to Q2 2028, including warranty support after final delivery. Interested contractors must contact Lee Ann Carpenter at LeeAnn.Carpenter@bis.doc.gov and adhere to key deadlines, including the request for a Declaration of Eligibility by February 18, 2025, and the anticipated bid closing on May 26, 2025.
    Army Recruiting Center, Norfolk, VA
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking proposals for a fully-serviced lease of approximately 1,400 Gross Square Feet of office space in Norfolk, Virginia. The leased space must provide 24-hour unrestricted access, necessary communication infrastructure, and adequate parking, while complying with accessibility, fire safety, and environmental standards. This procurement is crucial for housing Army operations and ensuring efficient government functionality. Proposals are due by February 22, 2025, and interested parties can contact Marco T. Reasco at marco.t.reasco@usace.army.mil or by phone at 757-201-7871 for further information.
    NATO Request for Participation: Support to Protected Business Network (PBN) Capability Program Implementation
    Buyer not available
    The Department of Commerce, through the Bureau of Industry and Security, is facilitating U.S. industry participation in a NATO event focused on the Protected Business Network (PBN) Capability Program Implementation, scheduled for February 19, 2025, in Brussels, Belgium. This initiative aims to modernize NATO's digital infrastructure by unifying existing networks into a centralized platform that enhances collaboration, scalability, and cost efficiency, with an estimated budget of 588 million euros allocated through 2033. The event will provide insights into the PBN's objectives, including ICT modernization and cloud service migration, while engaging with industry on potential challenges and contractual agreements. Interested U.S. companies must submit their participation details by February 14, 2025, to Lee Ann Carpenter at LeeAnn.Carpenter@bis.doc.gov, indicating "NATO-PBN-Boot-Camp" in the subject line.
    P1360 JOINT MARITIME FACILITY, NEWFOUNDLAND, CANADA
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC) Atlantic, is seeking information from potential contractors for the construction of a Joint Maritime Facility in Argentia, Newfoundland, Canada. This Request for Information (RFI) aims to identify industry sources capable of addressing various construction challenges, including base access, local healthcare availability, supply chain logistics, and harsh weather conditions, with an anticipated construction cost estimated between $25 million and $100 million. The insights gathered will inform future contracting opportunities, as the government emphasizes that this RFI is for market research purposes only and does not constitute a commitment to award a contract. Interested parties must submit their responses, not exceeding five pages, by February 18, 2025, to the designated contacts, Elizabeth Roberts and Kathleen Delashmitt, whose emails are provided in the opportunity overview.