Library Support Services
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 Department of the Air Force (AFLCMC PZI) is conducting market research through a Sources Sought notice for Library Support Services for the National Air & Space Intelligence Center (NASIC) at Wright-Patterson Air Force Base (WPAFB), Dayton, OH. This effort aims to identify qualified sources for a comprehensive range of library and information management services. Responses are due by February 25, 2026, at 3:00 PM EST.
Scope of Work
The contractor will provide essential library support, including:
- Identifying, acquiring, organizing, and distributing information in English and other languages.
- Acquiring Commercially Available Information (CAI) and Publicly Available Information (PAI).
- Maintaining and improving the Library's website, including user authentication and search functionalities.
- Providing technical services support, metadata translation, and basic library research.
- Cataloging materials, especially foreign language items, and disseminating newly discovered information.
- Submitting monthly financial reports and electronic usage statistics.
Key Requirements
- Personnel: Staff must be U.S. citizens with physical presence within 25 miles of WPAFB (no hybrid/remote support). Near-native reading/writing proficiency in Chinese, Russian, and Persian (Farsi) is required for certain roles. Foreign nationals are prohibited.
- Compliance: Contractors must be registered in SAM.gov, have a NIST score of 110 or higher in SPRS, and possess CMMC certification. Compliance with Section 508 of the Rehabilitation Act and the Privacy Act is mandatory.
- Facilities: No Government-furnished office space will be provided; contractors must own or lease their space.
- Prohibitions: Contractor is prohibited from using ByteDance Covered Applications.
Contract & Timeline
- Type: Sources Sought (Market Research).
- Anticipated Contract Type: Standalone contract (not through an IDIQ).
- Set-Aside: Not a socioeconomic set-aside.
- Incumbent: KeyLogic, LLC (GSA contract 47QFLA21C0016) is the current incumbent.
- Period of Performance: Estimated five years (one base year + four option years).
- Response Due: February 25, 2026, 3:00 PM EST.
- Anticipated RFP Release: Tentatively June/July 2026.
- Anticipated Award: Tentatively August/September 2026.
Submission Details
Interested companies should submit documentation supporting their capabilities, limited to 10 UNCLASSIFIED pages in a Microsoft Word compatible format. Submissions must include company name, address, point of contact, CAGE Code, phone, email, web URL, business size, socioeconomic status, and a description of relevant capabilities and experience, including the ability to acquire foreign language specialists.
Important Notes
This is strictly for market research purposes and does not constitute a Request for Proposals. The Government will not reimburse expenses for participation. Questions should be addressed to Ms. Margie Brown (margie.brown@us.af.mil).