Short-Term Commercial Coworking SCIF Space - WPAFB
ID: FA860125R0004Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8601 AFLCMC PZIOWRIGHT PATTERSON AFB, OH, 45433-5344, USA

NAICS

Lessors of Nonresidential Buildings (except Miniwarehouses) (531120)

PSC

LEASE/RENTAL OF CONFERENCE SPACE AND FACILITIES (X1AB)
Timeline
    Description

    The Department of Defense, specifically the National Space Intelligence Center (NSIC) at Wright-Patterson Air Force Base (WPAFB), intends to award a sole source contract for short-term commercial co-working space within an ICD 705 accredited Sensitive Compartmented Information Facility (SCIF). This procurement aims to address immediate space needs for classified work, with the contract valued at approximately $402,780, and is uniquely tailored due to stringent access and security requirements. The selected contractor, Riverside Research Institute, is the only entity identified as capable of fulfilling these specialized requirements, having an already accredited facility in close proximity. Interested parties may submit statements of capabilities by March 15, 2025, to be considered, and should direct inquiries to Andrew Silvers at andrew.silvers@us.af.mil or Jennifer Jensen at jennifer.jensen.10@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document is a Sole Source Justification for a service contract aimed at providing short-term, non-exclusive commercial co-working spaces for the National Space Intelligence Center (NSIC) at Wright Patterson Air Force Base (WPAFB). The contract, valued at approximately $402,780, is essential to meet immediate space needs for classified work and is unique due to stringent access and security requirements. Only Riverside Research Institute was identified as capable of fulfilling these requirements, having an already built and accredited facility within the necessary proximity. The document outlines the coordinated effort to ensure fair pricing and compliance with federal procurement regulations, emphasizing market research that revealed limited available options for appropriate SCIF-accredited spaces. Steps for future acquisitions include engaging GSA for available spaces and conducting more market research as needed to encourage competition and meet escalating SCIF demands. This justification underscores the need for specialized contracting approaches in fulfilling unique governmental requirements while adhering to established guidelines and maintaining operational capacity.
    The National Space Intelligence Center (NSIC) at Wright-Patterson Air Force Base (AFB) intends to award a sole source contract for local short-term commercial co-working space within an ICD 705 accredited Sensitive Compartmented Information Facility (SCIF). This decision follows market research indicating that a sole source award is in the government’s best interest. The contract falls under the NAICS code 531120 for Lessors of Nonresidential Buildings, with a small business size standard of $34 million. While this announcement is not a competitive solicitation, interested parties may submit statements of capabilities by March 15, 2025, to be considered. The statement must provide sufficient detail to demonstrate the ability to fulfill the requirement. The government will not compensate for any information received. This action highlights the government's strategic procurement process focused on efficiency and compliance with federal acquisition regulations.
    Lifecycle
    Similar Opportunities
    Renovation of WPAFB Laboratory Space - Dayton, OH
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is conducting a market survey to identify small business concerns interested in a federal contract for the renovation of laboratory space at Wright-Patterson Air Force Base in Dayton, Ohio. The project entails a Design-Bid-Build reconfiguration of an existing high-bay facility, which includes constructing three additional elevated floors and renovating 9,666 square feet of existing space to create secure laboratory environments for modeling, simulation, and analysis, as well as control and network operations rooms. Interested small businesses, including those certified as HUBZone, 8A, Woman-Owned, or Service-Disabled Veteran-Owned, must respond by December 6, 2024, with documentation of their qualifications and relevant past experience, as the estimated contract value ranges between $10 million and $25 million. For further inquiries, interested parties can contact Morgan Greenwell at morgan.l.greenwell@usace.army.mil.
    Off Base Lease (OBL-2): Wright-Patterson Air Force Base, Ohio
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for a Design-Build project at Wright-Patterson Air Force Base in Kettering, Ohio, under the Off Base Lease (OBL-2) initiative. This procurement is aimed at military construction and maintenance tasks, with a contract value estimated between $500,000 and $1,000,000, and proposals are due by March 13, 2025. The project emphasizes compliance with federal labor laws, including the Davis-Bacon Act, and requires contractors to maintain accurate as-built drawings and participate in inspections. Interested contractors should contact Megan Murphy at megan.r.murphy@usace.army.mil for further details and are encouraged to attend a site visit scheduled for February 26, 2025, with an RSVP deadline of February 24, 2025.
    WPAFB Commercial Internet and Cable Television (CATV) Services
    Buyer not available
    The Department of Defense, through the Air Force Life Cycle Management Center, is seeking proposals from small businesses for commercial internet and cable television (CATV) services at Wright-Patterson Air Force Base (WPAFB) in Ohio. The procurement aims to establish a contract that provides reliable communication services essential for military operations, with a focus on delivering tiered internet services and multiple CATV programming options. This opportunity is critical for maintaining command-and-control capabilities and supporting teleworking staff during public health emergencies. Interested vendors must submit their proposals by March 3, 2025, and can direct inquiries to Jennifer Blackford or Raschelle Swindle via their respective emails.
    WPAFB Warehousing and Shipping Support in Dayton, OH.
    Buyer not available
    The Department of Defense, through the Department of the Army, is seeking proposals for warehousing and shipping support at the Special Warfare Distribution Center located at Wright-Patterson Air Force Base in Dayton, Ohio. The contractor will be responsible for managing inventory, receiving, storing, and shipping approximately 155,000 items, with a strong emphasis on compliance with International Traffic in Arms Regulations (ITAR) and the handling of hazardous materials. This procurement is critical for ensuring effective logistical support and operational continuity for military operations. Proposals must be submitted electronically by 11:00 AM on April 1, 2025, with a mandatory site visit scheduled for March 18, 2025. Interested parties can contact Brandon Gatz at brandon.h.gatz@usace.army.mil or Patrick Duggins at PATRICK.J.DUGGINS@USACE.ARMY.MIL for further information.
    REACT Relocatable Modular
    Buyer not available
    The Department of Defense, through the Naval Air Warfare Center, is seeking qualified small businesses to provide design, fabrication, installation, and testing services for a relocatable modular facility under the solicitation N6893624Q0259. The project aims to construct a facility compliant with Intelligence Community Directive (ICD) 705, ensuring high standards for security and operational functionality, including specific requirements for electronic security systems and radio frequency shielding. This procurement is critical for enhancing the Navy's capabilities at Point Mugu, California, with a focus on timely delivery and adherence to federal regulations. Interested contractors must submit their quotes by January 24, 2025, and can direct inquiries to Theresa Lee at seunghwa.t.lee.civ@us.navy.mil or by phone at 760-608-6780.
    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.
    USSC Future Concept Generation Workshop
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is seeking qualified contractors to support the USSPACECOM Future Concept Generation Workshop scheduled for June 5, 2025, in Colorado Springs, Colorado. The primary objective of this procurement is to equip USSPACECOM leadership with skills in narrative development and strategic communication, integrating Fictional Intelligence (FICINT) with nonfiction research to align with the organization's Strategic Vision. This initiative emphasizes the critical role of effective communication in national security and space operations, requiring contractors to provide subject matter experts for a one-day workshop, along with pre-planning meetings and compliance with security protocols. Interested parties must submit their responses by March 7, 2025, and direct inquiries to Kristina Worthing at kristina.worthing@spaceforce.mil or Brittney Rosenbaum at brittney.rosenbaum@spaceforce.mil.
    WPAFB Warehousing and Shipping Support located at Wright Patterson Airforce Base, OH.
    Buyer not available
    The Department of Defense, through the Department of the Army, is seeking qualified vendors to provide warehousing and shipping support services at Wright Patterson Air Force Base in Ohio. This procurement is a Total Small Business Set-Aside, aimed at ensuring that small businesses can compete for the contract, which falls under the General Warehousing and Storage industry (NAICS code 493110). The services are critical for the efficient operation of military logistics and supply chain management. Interested parties should reach out to Brandon Gatz at brandon.h.gatz@usace.army.mil or call 502-315-6571, or contact Patrick Duggins at PATRICK.J.DUGGINS@USACE.ARMY.MIL or 502-315-6597 for further details.
    Indefinite Delivery/Indefinite Quantity (IDIQ) Western-Range Operational Ordering Contract for Infrastructure Enhancement (WOOKIE) Multiple Award Construction Contract (MACC) at Vandenberg Space Force Base, California
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the Western-Range Operational Ordering Contract for Infrastructure Enhancement (WOOKIE) Multiple Award Construction Contract (MACC) at Vandenberg Space Force Base, California. This Indefinite Delivery/Indefinite Quantity (IDIQ) contract aims to enhance various infrastructure aspects, specifically targeting 8(a) Business Development participants, with a total ceiling of $525 million over five years and individual task orders ranging from $2,000 to $25 million. The procurement emphasizes the importance of small business participation and compliance with federal labor laws, including wage determinations under the Davis-Bacon Act. Interested contractors must submit their proposals by the specified deadlines, with a pre-proposal conference scheduled for February 20, 2025, and proposals remaining valid until September 30, 2025. For further inquiries, potential bidders can contact Alyson R. Kolding at alyson.kolding@spaceforce.mil or Jennifer Paccioretti at jennifer.paccioretti@spaceforce.mil.
    Intent to Award Sole/Single Source - Hitachi SU-70 Field Emission Scanning Electron Microscope (FESEM) Service Agreement
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, intends to award a sole source contract for a service agreement related to the Hitachi SU-70 Field Emission Scanning Electron Microscope (FESEM) at Wright-Patterson Air Force Base in Ohio. The contractor will be responsible for providing comprehensive maintenance services, including on-site preventative and corrective maintenance, telephone and email support, and all necessary labor and replacement parts at no additional cost to the government, for a duration of eight months starting February 24, 2025. This procurement is critical for ensuring the operational integrity of mission-critical laboratory equipment, which plays a vital role in defense research and development. Interested parties can reach out to Jason Sav at jason.sav@us.af.mil for further details regarding this opportunity.