REQUEST FOR INFORMATION/SOURCE SOUGHT SYNOPSIS
RESPONSE INSTRUCTIONS
THIS IS A NOTICE OF A REQUEST FOR INFORMATION. IT IS NOT A SOLICITATION NOR DOES IT GUARANTEE A SOLICITATION WILL BE ISSUED.
1.0. DISCLAIMER
1.1. This announcement constitutes a Request for Information (RFI) for the purpose of determining the market capability of sources or obtaining information for the Department of the Air Force (DAF). It does not constitute a Request for Proposal (RFP), a Request for Quote (RFQ) or an indication that the Government will contract for any of the items and/or services discussed in this notice.
1.2. Any information submitted by respondents to this notice is strictly voluntary. Any formal solicitation that may subsequently be issued will be announced separately through SAM.gov. It is the responsibility of any potential respondent to monitor SAM.gov for additional information pertaining to this topic.
1.3. The Government intends to review responses to this RFI for acquisition planning, market research, and requirement development purposes.
2.0. BACKGROUND
2.1. The Command, Control, Communication, and Battle Management Program Executive Office (PEO) operates out of several offices with a home location at the Pentagon, and the Advanced Battle Management Systems (ABMS) program office, under the C3BM PEO, is headquartered out of Hanscom Air Force Base. The organization consists of several geographically separated personnel including program managers, engineers, functionals, configuration managers, and other supporting personnel and is developing the DAF BATTLE NETWORK, the DAF’s future iteration of integrated battle management systems and contribution to combined Joint All Domain Command and Control Systems (JADC2). The DAF Integrated Fires Command and Control (DIFC2) program is a newly established program under the ABMS program office and is developing and integrating capabilities that equip operators conducting command and control (C2) of Beyond Line of Site (BLOS) fires for specialized targets. DIFC2 requires SCI-F and SAP-F accredited workspaces in the DC metro area to support its mission set and team members residing in the area.
2.2. The workspace will provide accredited SCI and SAP-level workspaces and conference areas, to include applicable local security provisions and support services. Plumbing to support restrooms and break room facilities, electricity, A/C, and parking will also be provided during normal business hours. IT network connectivity, associated equipment, and responsive support services will also be provided. IT network connectivity and equipment requirements will include NIPR, SIPR, JWICS, GNET, unclassified phones, and classified phones such as red or TSVOIP systems. In addition, VTC capabilities will include AF7 and red phone/TSVOIP compatible systems.
2.3. The workspace will provide support services to respond to requests on a case-by-case basis when technical or maintenance issues arise, ensuring as much as practicable the provision of security and IT services, plumbing, electricity, and A/C during normal business hours.
3.0. SUBMISSION INSTRUCTIONS
3.1. Respondents shall submit individual responses that address all the questions identified in paragraph 4.0, Questions for Industry. Each submittal shall include company mailing address, a point of contact (name, title, phone number, e-mail), and CAGE code. If not registered with a CAGE code, respondents shall provide a Unique Entity Identifier (UEI) number. If the contractor does not have a SAM registration, the company should detail its intent to obtain this information.
3.2. Submittals shall include company nation of incorporation, large business, small business, small-disadvantaged business, SBA 8(a) small disadvantage business, woman-owned small business, economically disadvantaged woman-owned small business, service-disabled veteran-owned small business, or Hub Zone small business as defined by Federal Acquisition Regulation (FAR) Part 19. The North American Industry Classification System (NAICS) Code for this acquisition is 531120, Lessors of Nonresidential Buildings (except Miniwarehouses), and the small business size standard is $34 million.
3.3. Submittals shall be delivered NLT 09 JUN 2025, 4:00 PM EDT. Responses received after the requested date may not be considered nor assessed.
a. If proprietary information is submitted, it shall be portion marked, by paragraph, to clearly identify proprietary information. All information received in response to this RFI that is marked proprietary will be handled accordingly. Respondent’s submittals that include data that they do not want disclosed to the public, nor used by the Government for other than RFI evaluation purposes, shall be marked with a legend conforming to 48 C.F.R. § 52.215-1(e).
b. Submittals shall not exceed 20 total pages in length: single-sided, single-spaced, and no smaller than Arial or Times New Roman size 10 font. This page limitation does not include supplemental tables, figures, illustrations, diagrams, charts, or simulation data. Supplemental data shall not exceed an additional 10 total pages (single-sided, single-spaced, Arial size 10 font) in length. Links are highly encouraged for digital information used in supplements.
c. All responses shall be delivered in PDF format and emailed to the following individuals:
- Mr. Marcus R. Green, Contracting Officer, AFLCMC/C3K, marcus.green.7@us.af.mil
- Lt Col Tyler Carson, Material Leader, AFLCMC/C3BD, tyler.carson@spaceforce.mil
- Capt Jonathan Waller, Chief of Staff, AFLCMC/C3BD, jonathan.waller.3@spaceforce.mil
d. The subject line of the email shall read: “DIFC2 Workspaces RFI Response by (Company Name)”
3.4. Introductory and/or summary information may be included in respondents’ submittals in accordance with the page limitations identified in paragraph 3.3.b.
4.0. QUESTIONS TO INDUSTRY
1. What is your current expertise with SCIF and SAPF regulations and property management?
- What existing or previous contracts do you have to show expertise with the desired work?
- How much time and resources did it take to maintain those facilities?
- Explain your process for responding to security, IT, and maintenance requests.
- Do you have experience supporting multiple military branches or allied visitors?
2. Can your company support work at multiple classification levels to include Secret (S) to Top Secret/Sensitive Compartmented Information (TS//SCI) and Special Access Program (SAP)?
- What workspaces do you have available to work at these classification levels? Are there varied levels of secure areas (e.g. SAP areas, only up to SECRET, unclassified)?
- Do you have infrastructure to support government systems (i.e. NIPR, SIPR, JWICS, GNET, unclass/classified phones, VTC)?
- Do you have appropriately cleared staff to provide security, IT, and maintenance services.
3. What is the procedure for gaining access to the facility?
- What are your normal business hours?
- How do you access the facility?
- What is your process for Visit Access Requests (VAR) requests and processing visitors?
4. Where are your facilities located?
- Are they close to the DC metro area?
- Is public transportation readily available?
- Is parking available and how close?
- Do you provide vehicle security?
- Are there restaurants in the vicinity?
5.0. SUBMISSION REVIEW
5.1. The information provided will be used by the DAF, PEO C3BM, ABMS Program Office, DIFC2 team, and advisory and administrative support contractors to ascertain Industry interest and capabilities to participate in DIFC2 workspace procurement and management.
a. After receipt of responses, the Government may have follow-on contact with submitters.
b. The Government will archive all submitted material for future review as needed.
5.2. Interested parties should continue to monitor SAM.gov for any follow-on RFI or other announcements which will be published for any future actions relating to this RFI.
5.3. If you have any questions regarding this request for information, please direct them in writing to Mr. Marcus R. Green, Contracting Officer, marcus.green.7@us.af.mil.