Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 04, 2025 SAM #8713
SOURCES SOUGHT

99 -- 14547 Intergovernmental Support Agreement

Notice Date
10/2/2025 12:20:53 PM
 
Notice Type
Sources Sought
 
NAICS
334515 — Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
 
Contracting Office
FA8579 SOFTWARE SPRT AFSC PZIM ROBINS AFB GA 31098-1672 USA
 
ZIP Code
31098-1672
 
Solicitation Number
14547
 
Response Due
10/24/2025 1:00:00 PM
 
Archive Date
11/08/2025
 
Point of Contact
Jonathon VanBrunt, Valerie Evans
 
E-Mail Address
jonathon.vanbrunt@us.af.mil, valerie.evans.1@us.af.mil
(jonathon.vanbrunt@us.af.mil, valerie.evans.1@us.af.mil)
 
Description
This Request for Information (RFI) is being issued solely for information and planning purposes and does not constitute an Invitation for Bids (IFB), a Request for Proposals (RFP), a Request for Quotations (RFQ) or an indication that the Government will contract for any of the items and/or services contained in this notice. In accordance with FAR 52.215-3, Request for Information or Solicitation for Planning Purposes, the Government will not pay for any information/items submitted in response to the RFI. No determination as to the viability of this potential requirement has been made at this point and there is currently no solicitation for this effort. A. BACKGROUND The purpose of this RFI is to conduct Market Research regarding a contracting effort to determine options for an Intergovernmental Support Agreement. AFSC/SW has an ongoing need to collaborate with academic partners on new technologies and research projects to further advance the Air Force mission. This collaboration would benefit the software workforce and collectively solve problems impacting mission execution. B. PROGRAM REQUIREMENTS The Air Force Sustainment Center/Software (AFSC/SW) has an urgent and ongoing need to significantly increase its local workforce of trained software professionals to meet current and projected manning requirements. To support this critical mission need, AFSC/SW is issuing this Request for Information (RFI) to identify potential facility solutions capable of accommodating a substantial increase in personnel and fostering seamless collaboration between AFSC/SW and the selected facility. This RFI is for informational purposes only and does not constitute a commitment to award a contract. C. Scope of Interest AFSC/SW is seeking information regarding available or potentially available facilities that meet the following criteria: Location: The facility must be located within a three-mile radius of Robins Air Force Base (RAFB) to facilitate active movement of personnel between both facilities. Occupancy: AFSC/SW would be the sole occupant of the facility. Size: The facility must provide a minimum of 20,000 square feet. Condition: The facility should be in ""move-in"" ready condition NLT June 2026, requiring minimal physical modifications to meet AFSC/SW requirements D. Iformation Requested Respondents are requested to provide the following information: Facility Description: Physical address of the facility. Total square footage available. Current configuration and floor plans (if available). Brief description of the facility's features (e.g., number of offices, conference rooms, common areas, data infrastructure, power capacity, etc.). Photographs of the interior and exterior of the facility. Condition and Readiness: Detailed description of the current condition of the facility, including any recent renovations or upgrades. Estimated time and cost required to make the facility fully ""move-in"" ready for AFSC/SW occupancy. Description of existing data infrastructure and connectivity options. Description of security features. Lease/Availability Information: Availability date for occupancy. Potential lease terms (duration, renewal options). Estimated lease rate per square foot (including any applicable operating expenses). Company Information: Name and contact information of the responding organization. Brief overview of the organization's experience in managing and leasing commercial properties. DUNS number and CAGE code (if applicable). Please submit your response using the following format: Section 1: Company Profile (please limit this section to a single page) 1. Please describe your company�s general experience in providing the aforementioned requirements to an organization. 2. Describe similar products offered to the Government. 3. What is your business size and type (i.e., small, woman-owned, veteran-owned, etc.) assuming NAICS code 334515 (Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals)? Section 2: Capability (please limit this section to no more than two pages) Section 3: Proposed Approach (please limit this section to a single page) 8. This will be a firm-fixed price contract. 9. Please provide a simple outline and schedule (lead time) for this effort. 10. If subcontracting is a part of the solution, what percentage will be subcontracted? 11. Can you provide a total cost estimate for this contract? Section 4: Additional Comments/Information (please limit this section to a single page) 12. Please provide any comments/questions regarding this effort. 13. Interested vendors must request documents from the Contracting Officer, Valerie Evans, valerie.evans.1@us.af.mil or Contract Specialist, Jonathon VanBrunt, jonathon.vanbrunt@us.af.mil. Documents will be distributed only to SAM.gov registered DOD contactors. This RFI is for informational purposes only and does not constitute a solicitation or a commitment by the U.S. Air Force to award a contract. The U.S. Air Force will not be responsible for any costs incurred by respondents in preparing and submitting their responses to this RFI. All information received in response to this RFI will be treated as business confidential and proprietary information.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/be9e2104a35947b2b49b45bb59b30957/view)
 
Place of Performance
Address: Warner Robins, GA 31098, USA
Zip Code: 31098
Country: USA
 
Record
SN07611484-F 20251004/251002230039 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.