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 US Army Corps of Engineers (USACE), Louisville District, is conducting a market survey (Sources Sought) to identify qualified firms for a Single-Award Task Order Contract (SATOC) Indefinite Delivery / Indefinite Quantity (IDIQ) for Architect/Engineer (A/E) services. This IDIQ will support the design of a new US Space Force Intelligence Facility at Wright-Patterson Air Force Base (AFB), OH. The maximum cumulative IDIQ contract will not exceed $50,000,000. Responses are due by April 2, 2026, at 10:00 AM Eastern Time via an online survey form.
Scope of Work
The A/E services will involve preparing a full design package for a large-scale, approximately 302,000 SF, ICD-705 compliant building. This facility will include administrative, auditorium, and ancillary support spaces, a computer room with raised floor, intelligence production areas, freight and personnel elevators, communications equipment, an emergency generator, and a bridge/corridor connection to an existing secure facility. The project also includes all paving, site work, and utility work. Aspects of the design effort will be awarded through individual firm-fixed price task orders.
Contract & Timeline
- Type: Sources Sought / Market Survey for a future SATOC IDIQ
- NAICS: 541330 - Engineering Services
- Contract Ceiling: $50,000,000
- Duration: 5-year base ordering period (no option years)
- Response Due: April 2, 2026, 10:00 AM ET
- Published: March 23, 2026
Submission Requirements
Interested firms, particularly small businesses (HUBZone, 8A, Woman-Owned, Service-Disabled Veteran Owned), must respond via the online survey form (available at https://forms.osi.apps.mil/r/G53e3cGve2 or via QR code in attachments). The total submittal package is limited to 8 pages and should include:
- Identification and verification of the company’s small business status.
- Contractor’s Unique Entity Identifier (UEI).
- Documentation of current single and aggregate performance and payment bond limits.
- No more than three (3) example projects (fully designed and substantially complete within the past seven years) where the firm served as Designer of Record. Projects should be similar in scope (multi-floor administrative facility with security requirements like ICD-705, UL2050, NIST SP 800-53, SAP-F, RF Shielding) and size (200,000 SF or greater).
- For each project, provide completion percentage/date, scope, size, design/construction dollar values, contract type (design-bid build or design-build), self-performed design aspects/percentage, and subcontractors utilized.
- Percentage of work to be self-performed on this project, addressing FAR Clause 52.219-14 (Limitations on Subcontracting).
Additional Notes
This is NOT a Request for Proposal and does not constitute a commitment by the Government. Responses will inform future acquisition decisions. All contractors must be registered in SAM.gov prior to contract award, and early registration is highly encouraged due to potential processing delays.