B403 CYBER Repair

SOL #: W50S8R26RA002Pre-Solicitation

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Army
W7NU USPFO ACTIVITY OHANG 179
MANSFIELD, OH, 44903-8049, United States

Place of Performance

Mansfield, OH

NAICS

Commercial and Institutional Building Construction (236220)

PSC

Repair Or Alteration Of Restoration Of Real Property (Public Or Private) (Z2QA)

Set Aside

No set aside specified

Timeline

1
Posted
Mar 2, 2026
2
Last Updated
Apr 8, 2026
3
Response Deadline
Apr 15, 2026, 5:00 PM

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 the Renovation/Repair of Building 403 (B403) for Cyber Operations at the 179th Cyberspace Wing, Mansfield, Ohio ANG. This project aims to meet ICD-705 standards and accommodate current cyber operations mission requirements. The estimated magnitude is between $10,000,000 and $20,000,000. The solicitation is tentatively planned for April 30, 2026, with proposals tentatively due June 25, 2026.

Scope of Work

The contract requires non-personal services including all plant, labor, transportation, materials, tools, equipment, appliances, and supervision for the renovation. Key aspects include meeting Intelligence Community Directive (ICD) 705 standards and supporting cyber operations. The project duration is 540 calendar days after notice to proceed. The solicitation will include base bid line items and options for:

  • OPTION 01: Intrusion Detection System (IDS)
  • OPTION 02: Back-up Generator & Load Bank
  • OPTION 03: Uninterruptable Power System (UPS) Note that IDS equipment, materials, and installation are brand name/sole source-specific (Advantor).

Contract & Timeline

  • Type: Firm Fixed-Price
  • Duration: 540 calendar days
  • Magnitude: $10,000,000 - $20,000,000
  • NAICS: 236220 (Commercial and Institutional Building Construction), Small Business Size Standard: $45,000,000
  • Set-Aside: Unrestricted, with HUBZone price evaluation preference (FAR 19.1307). A Small Business Subcontracting Plan is required for large businesses.
  • Tentative Solicitation Release: April 30, 2026
  • Tentative Pre-proposal Conference: May 15, 2026, 10:00 AM EST (location in solicitation, site visit to follow). Questions due 3 business days prior.
  • Tentative Solicitation Closing: June 25, 2026

Evaluation

The source selection process will follow FAR 15.3, DFARS 215.3, and AFARS 5115.3. Evaluation factors include Technical Capability, Past Performance, and Price. The Government intends to award without conducting discussions.

Additional Requirements & Notes

  • CMMC Requirement: All offerors must have a current CMMC Level 2 certification (self-certifications are insufficient) for all information systems used in contract performance, including accessing design specifications. Registration in PIEE/SPRS is required for CMMC.
  • Registration: Interested offerors must be registered in the System for Award Management (SAM) at www.sam.gov.
  • Inquiries: All inquiries must be in writing, preferably via email to gordon.strom.1@us.af.mil. Amendments will be posted to SAM.gov.

People

Points of Contact

Gordon StromPRIMARY

Files

Files

Download
Download

Versions

Version 3Viewing
Pre-Solicitation
Posted: Apr 8, 2026
Version 2
Pre-Solicitation
Posted: Apr 1, 2026
View
Version 1
Sources Sought
Posted: Mar 2, 2026
View
B403 CYBER Repair | GovScope