US SPACE FORCE INTELLIGENCE FACILITY at Wright Patterson Air Force Base (AFB), OH
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 U.S. Army Corps of Engineers (USACE), Louisville District, is conducting a market survey to identify qualified firms for Architect/Engineer (A/E) services for the US Space Force Intelligence Facility at Wright Patterson Air Force Base (AFB), OH. This Sources Sought aims to determine if a future Single-Award Task Order Contract (SATOC) IDIQ can be set aside for small businesses. Responses are due by April 2, 2026, at 10:00 AM ET.
Scope of Work
This opportunity seeks A/E services for the design of a new, approximately 302,000 SF, ICD-705 compliant building. The facility will include administrative, auditorium, and ancillary support spaces, featuring a controlled/secured multi-floor design (greater than 3 stories), structural frame, metal panel & pre-cast exterior walls, computer rooms, intelligence production areas, elevators, communications equipment, and an emergency generator. It will also include a bridge/corridor connection to an existing secure facility, along with all necessary paving, site work, and utility infrastructure. The project requires CMMC Level 2 (Self) compliance.
Contract & Timeline
- Opportunity Type: Sources Sought / Market Survey
- Anticipated Contract Type: Single-Award Task Order Contract (SATOC) Indefinite Delivery / Indefinite Quantity (IDIQ)
- Maximum Value: Not to exceed $50,000,000 cumulative
- Ordering Period: 5-year base period, no option years
- NAICS Code: 541330 - Engineering Services
- Product Service Code: C219 - Other Architect And Engineering Services
- Response Due: April 2, 2026, 10:00 AM ET
- Published Date: March 24, 2026
Submission Requirements
Interested firms, including Small Businesses, certified HUBZone, 8A, Woman-Owned Small Businesses, or Service-Disabled Veteran Owned Small Businesses, must respond via the provided online survey form. Responses should include:
- Company's small business status.
- Unique Entity Identifier (UEI).
- Bonding company documentation (single and aggregate limits).
- Experience: Up to three (3) example projects (fully designed, construction ~95% complete within 7 years) where the firm was the Designer of Record. Projects must be similar in scope (multi-floor admin with security requirements like ICD-705, RF Shielding) and size (200,000 SF or greater). Provide project details, dollar values, self-performed aspects, and references.
- Small businesses must detail how they will perform at least 15% of the contract cost (excluding materials) with their own employees, per FAR 52.219-14.
The total submittal package is limited to 8 pages and must be submitted exclusively through the online survey form accessible at
https://forms.osi.apps.mil/r/G53e3cGve1or via the QR code in the attachments.
Additional Notes
This is a market survey for planning purposes only and does not constitute a Request for Proposal or a commitment by the Government. Responses will inform future acquisition decisions. All contractors must be registered in SAM.gov prior to any potential award.