Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 08, 2024 SAM #8382
SOURCES SOUGHT

X -- Classified Commercial Coworking Spaces for NCR Region

Notice Date
11/6/2024 6:50:18 AM
 
Notice Type
Sources Sought
 
NAICS
531120 — Lessors of Nonresidential Buildings (except Miniwarehouses)
 
Contracting Office
FA7146 CONCEPTS DEVL MGT SAF CDM FAIRFAX VA 22030-6032 USA
 
ZIP Code
22030-6032
 
Solicitation Number
FA7146-25-R-CWS1
 
Response Due
11/11/2025 2:00:00 PM
 
Archive Date
11/26/2025
 
Point of Contact
Jennifer Villarreal, Shakima Slappey
 
E-Mail Address
jennifer.villarreal.4@us.af.mil, shakima.slappey.2@us.af.mil
(jennifer.villarreal.4@us.af.mil, shakima.slappey.2@us.af.mil)
 
Description
This is a sources sought notice only. This is not a Solicitation for Offers. There will not be a solicitation requested at this time. The Government will not pay for information requested nor will it compensate any respondent for any subsequent proposal, if any. This notice is a market research tool being used to determine the availability and adequacy of potential business sources prior to determining issuance of a Solicitation for Offers, which we anticipate issuing in the next 30 days.� Secretary of Air Force (SAF) Concepts, Development, and Management Office (CDM) is looking to acquire short-term commercial coworking space(s), one conference Room and a Breakout Room within the National Capital Region (NCR). �CDM is determining current market availability of short-term, less than twelve (12) months, on demand coworking solutions and requires access to temporary workspaces that are responsive to changing workspace needs over a period of twelve (12) months or less. The Contractor will manage and maintain fully furnished, commercially available Intelligence Community Directive (ICD) 705 accredited Sensitive Compartmented Information Facility (SCIF) workspace that includes: Dedicated Private SCIF workspaces to accommodate the following: Small Groups (i.e. 6-9 workstations) Medium Group (i.e 9-15 workstations) Large Groups (>15 workstations) Workstations with capability to access ports for up to 8 networks from each workstation; networks such as Non-classified Internet Protocol Router Network (NIPRNet), SIPR, Air Force Joint Worldwide Intelligence Communications System (AF JWICS) as well as SIC, SPRGNET, PDAS, HUI, SAVANNAH with enough space on the desks to accommodate at least 3 monitors. Each workstation must include secure phones and network access; unclassified phones and network access; unclassified waste disposal; classified waste disposal according to regulations; appropriate classified document storage; Information Technology (IT)/comms support during business hours; facility support during business hours. Peripherals (scanners, copiers, printers, etc.) availability Access to breakrooms; gym access and access to conference rooms; adequate number of restrooms (including Americans with Disabilities Act (ADA) compliant facilities); adequate parking for the size of the facility (10-20 assigned parking spaces highly desired). The spaces must be within thirty (30) miles to the Pentagon and a metro stop�(being close to Reagan National Airport or Dullus Airport is highly desired).� Public access and workspaces must be monitored and protected 24/7 by onsite security Business support services (WI-FI Internet access for an unlimited number of devices and color printing. Conference Room Requirements Secure collaboration and videoconferencing for classified work for up to 100 individuals AV equipment that can accommodate commercial conferencing and presentation applications Classified up to TS/SCI/SAR Must be reliable and secure VTC connections with on only the DoD, but IC, and interagency. Access/connectivity to a Breakout Meeting room �Executive Breakout Meeting Room Secure collaboration and videoconferencing for classified work for up to 20 occupants Must be able to connect with the conference room Capabilities Package The capabilities package should be brief and concise, yet clearly demonstrate an ability to meet the stated requirements. The package shall include the following information: Name of Company. Address. Point of Contact (to include phone number and email address). Recent, relevant experience in all areas should be provided. Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided. Firms responding to this announcement should indicate whether they are a large business, small business, Small Disadvantaged Business (SDB), Women-Owned Small Business (WOSB), 8(a) certified business, Service-Disabled Veteran-Owned Small Business (SDVOSB), or Historically Underutilized Business (HUBZone). Company size and Commercial And Government Entity (CAGE) code. Is your company domestically or foreign owned (if foreign, please indicate the country of ownership). The National American Industry Classification System (NAICS) code for this action is 531120, Lease/Rental of Conference Space and Facilities. All prospective contractors must be registered in the System for Award Management (SAM) at https://sam.gov. This is an INDUSTRY NOTIFICATION and is for INFORMATION PURPOSES ONLY. This is NOT A SOLICITATION. In accordance with Federal Acquisition Regulation (FAR) 15.201, Exchanges with Industry before Receipt of Proposals, this announcement shall not be construed as an obligation on the part of the Government. The Government does not intend to award a contract on the basis of this notice or otherwise pay for information solicited. All submissions are requested to be made electronically by 5pm Eastern Standard Time (EST) on 11 November 2024 and sent to Jennifer Villarreal, email: jennifer.villarreal.4@us.af.mil and Shakima Slappey, email: shakima.slappey.2@us.af.mil The Government reserves the right to contact the submitting parties as required, for further clarification on material provided. In addition, the Government will use its evaluation of the information provided and other research to determine which sources appear qualified to perform the work required by the Government.� Respondents will not be notified of the results of the evaluation.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/1b1ce1aa14534f2c9aca45262be4eb72/view)
 
Place of Performance
Address: Fairfax, VA 22030, USA
Zip Code: 22030
Country: USA
 
Record
SN07259069-F 20241108/241106230109 (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.