14547 Intergovernmental Support Agreement

Location: Georgia
Posted: Oct 6, 2025
Due: Oct 17, 2025
Agency: DEPT OF DEFENSE
Type of Government: Federal
Category:
  • 70 - General Purpose Information Technology Equipment (including software).
Solicitation No: 14547
Publication URL: To access bid details, please log in.
Follow
14547 Intergovernmental Support Agreement
Active
Contract Opportunity
Notice ID
14547
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE AIR FORCE
Major Command
AIR FORCE MATERIEL COMMAND
Sub Command
AIR FORCE SUSTAINMENT CENTER
Office
FA8579 SOFTWARE SPRT AFSC PZIM
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information View Changes
  • Contract Opportunity Type: Sources Sought (Updated)
  • Updated Published Date: Oct 06, 2025 07:28 am EDT
  • Original Published Date: Oct 02, 2025 03:18 pm EDT
  • Updated Response Date: Oct 17, 2025 04:00 pm EDT
  • Original Response Date: Oct 24, 2025 04:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date: Nov 01, 2025
  • Original Inactive Date: Nov 08, 2025
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
    • 334515 - Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
  • Place of Performance:
    Warner Robins , GA 31098
    USA
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.


Attachments/Links
Contact Information View Changes
Contracting Office Address
  • BLDG 255 CP 478 926 7509 235 PERRY ST
  • ROBINS AFB , GA 31098-1672
  • USA
Primary Point of Contact
Secondary Point of Contact
History

Related Document

Oct 2, 2025[Sources Sought (Updated)] 14547 Intergovernmental Support Agreement
Daily notification on new contract opportunities

With GovernmentContracts, you can:

  • Find more opportunities and win more business
  • Receive daily alerts for all new bid opportunities
  • Get contract opportunities matched to your business
ONE WEEK FREE TRIAL

See also

Follow 508-24-102 | Replace AHUs 2,3,5,17, and 19 Active Contract Opportunity Notice ID

VETERANS AFFAIRS, DEPARTMENT OF

Bid Due: 11/19/2025

Follow FDB 78287 - CBR - B20128 Air Handler Refurbishment Active Contract Opportunity

DEPT OF DEFENSE

Bid Due: 11/14/2025

Follow Request for Interested Manufacturers & Surplus Sources Active Contract Opportunity Notice ID

DEPT OF DEFENSE

Bid Due: 11/19/2025

Follow Division of Readiness and Response Science Community Based Solutions and Health Equity

HEALTH AND HUMAN SERVICES, DEPARTMENT OF

Bid Due: 7/15/2027

* Disclaimer: Information regarding bids, requests for proposals (RFPs), or requests for qualifications (RFQs) is provided on this website only for convenience and does not constitute official public notice. Persons wishing to respond to or inquire about bids, RFPs, or RFQs should contact the appropriate government department.