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 Sources Sought / Market Survey to identify qualified firms for Architect/Engineer (A/E) services for a new US Space Force Intelligence Facility at Wright-Patterson Air Force Base (AFB), OH. The purpose is to determine if this future project can be set aside for small businesses. Responses are due by April 2, 2026, at 10:00 AM Eastern Time.
Scope of Work
This requirement is for a new Single-Award Task Order Contract (SATOC) Indefinite Delivery / Indefinite Quantity (IDIQ) for A/E services. The SATOC IDIQ will support a Space Force project by preparing a full design package for a large-scale building. The required A/E services will be multidisciplinary and involve the design of a new, approximately 302,000 SF ICD-705 compliant facility. This multi-floor building will include administrative, auditorium, computer room with raised floor, intelligence production, freight and personnel elevators, communications computer equipment, emergency generator, and a bridge/corridor connection to an existing secure facility. The project also encompasses all paving, site work, and utility work.
Contract & Timeline
- Contract Type: Single-Award Task Order Contract (SATOC) IDIQ for A/E Services
- Maximum Value: Not to exceed $50,000,000
- Ordering Period: 5-year base period, no option years
- NAICS Code: 541330 - Engineering Services
- Response Due: April 2, 2026, 10:00 AM Eastern Time
- Published Date: March 18, 2026
- Set-Aside: Market survey to determine potential small business set-aside (HUBZone, 8A, Woman-Owned, Service-Disabled Veteran Owned Small Business).
Submission Requirements
Interested firms must respond to the market survey by email, including:
- Identification and verification of the company’s small business status.
- Contractor’s Unique Entity Identifier (UEI).
- Documentation from bonding company showing current single and aggregate performance and payment bond limits.
- Description of Experience: No more than three (3) example projects (fully designed and substantially complete within the past seven years) where the firm served as the Designer of Record. Projects must be of similar size (200,000 SF or greater) and scope (new construction, multi-floor administrative facility with security requirements like ICD-705, UL2050, NIST SP 800-53, SAP-F, and RF Shielding).
- For each project, include: current percentage of construction complete, completion date, scope, size, design/construction dollar values, design-bid build or design-build, aspects self-performed (and total percentage), and design elements for which subcontractors were utilized.
- Percentage of work to be self-performed on this project, addressing FAR Clause 52.219-14 (15% for general construction-type procurement).
- Total submittal package shall be no longer than 8 pages.
- Submission Method: Responses must be submitted via the online survey form at https://forms.osi.apps.mil/r/G53e3cGve2 or by scanning the QR Code provided in attachments. No other transmission method will be accepted.
Additional Notes
This is NOT a Request for Proposal and does not constitute a commitment by the Government. Responses will inform acquisition decisions. All contractors must be registered in SAM.gov prior to contract award. The registration process can take several weeks, and a notarized letter for Entity Administrator activation is mandatory.