B403 CYBER Repair
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Ohio National Guard intends to issue a Request for Proposals (RFP) for a single firm fixed-price contract for B403 CYBER Repair at the 179th Cyberspace Wing, Mansfield, Ohio ANG. This project involves renovating Building 403 to meet ICD-705 standards and support current cyberoperations mission requirements. The estimated magnitude is between $10,000,000 and $20,000,000.
Scope of Work
The contract requires non-personal services, including all plant, labor, transportation, materials, tools, equipment, appliances, and supervision necessary for the renovation and repair of Building 403. The primary goal is to upgrade the facility to meet Intelligence Community Directive (ICD) 705 standards and accommodate the 179th Cyberspace Wing's cyberoperations mission. The project duration is 540 calendar days after the issuance of the notice to proceed.
Contract Details
- Contract Type: Firm Fixed-Price
- NAICS Code: 236220 (Commercial and Institutional Building Construction)
- Small Business Size Standard: $45,000,000
- Set-Aside: UNRESTRICTED. The HUBZone price evaluation preference (FAR 19.1307) will apply.
- Subcontracting Plan: Required if the offeror is a large business, to be submitted with the offer.
- Options: The solicitation will include the following option line items:
- OPTION 01: Intrusion Detection System (IDS)
- OPTION 02: Back-up Generator & Load Bank
- OPTION 03: Uninterruptable Power System (UPS)
- Note: IDS equipment, materials, and installation are brand name/sole source (Advantor).
Key Dates & Events
- Tentative Solicitation Release: On-or-about 30 April 2026
- Tentative Pre-Proposal Conference: On-or-about 15 May 2026, 10:00 AM EST (location to be provided in the solicitation). A site visit will follow.
- Questions for Pre-Proposal: Submit via email to gordon.strom.1@us.af.mil three business days prior to the conference.
- Tentative Solicitation Closing Date: On-or-about 25 June 2026
Evaluation & Requirements
- Source Selection: In accordance with FAR 15.3, DFARS 215.3, and AFARS 5115.3.
- Evaluation Factors: Technical Capability, Past Performance, and Price.
- Discussions: The Government intends to award contracts without conducting discussions.
- CMMC Requirement: All offerors must have a current CMMC Level 2 certification (self-certifications are not sufficient) for all information systems used in contract performance, including accessing design specifications. Registration in PIEE/SPRS is required.
- SAM Registration: Required for all interested offerors (www.sam.gov).
Contact Information
All inquiries should be in writing, preferably via email to Gordon Strom at gordon.strom.1@us.af.mil. Official plans and specifications, along with any amendments, will be available on SAM.gov.