Sole Source: 77794 - OPIR NEXT GEN SATELITE GAP ANALYSIS
ID: 77794Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8571 MAINT CONTRACTING AFSC PZIMROBINS AFB, GA, 31098-1672, USA

NAICS

Engineering Services (541330)

PSC

SUPPORT- PROFESSIONAL: ENGINEERING/TECHNICAL (R425)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is seeking a contractor for a sole source opportunity titled "OPIR NEXT GEN SATELLITE GAP ANALYSIS." The primary objective of this procurement is to conduct a comprehensive gap analysis to support the transition from the existing Space Based Infrared System to the Next-Gen Overhead Persistent Infrared (OPIR) capabilities, enhancing missile detection through advanced satellite systems. This initiative is critical for maintaining national security and ensuring the readiness of software sustainment for the new satellite systems. Interested parties can contact Patrick Hulett at patrick.hulett@us.af.mil or Lasonia Anderson at lasonia.anderson@us.af.mil for further details, with key deliverables expected within specified timelines, including a Technical Report due 150 days post-contract award.

    Point(s) of Contact
    Files
    Title
    Posted
    The document is a DD Form 1423-1, which outlines the Contract Data Requirements List (CDRL) necessary for a contractual agreement involving Lockheed Martin Corporation and aims to support the Next Gen OPIR Gap Analysis. It specifies details such as the title, authority, frequency, and submission deadlines related to a Technical Report on Personnel and Base Operating Support. The report is mandated to be delivered electronically after 150 calendar days following contract award, with updates required as needed or upon request from the Program Manager. Distribution is restricted to U.S. government agencies and contractors for administrative use, ensuring confidentiality over technical data. The form also provides instructions for government personnel and contractors on filling out specific items, emphasizing the importance of compliance with the format and content requirements. Overall, this CDRL is crucial for ensuring effective communication of technical data and adherence to contractual obligations in government procurement processes.
    The DD Form 1423-1 outlines the requirements for collecting a specific technical data item regarding the Next Gen OPIR Gap Analysis by Lockheed Martin Corporation. It serves as a Contract Data Requirements List (CDRL) indicating the data item number, title, category, and various timelines for submission. Contractors are mandated to submit a Facilities Management Report electronically within 150 days after the contract award, with subsequent updates as necessary. The report distribution is primarily authorized for U.S. Government Agencies and contractors, focusing on operational confidentiality. Key details include the necessity for a specific format (DI-MISC-80508B/T), acceptance conditions, and reporting frequency regarding the technical data. The guidance further elaborates on the price groups involved depending on the data's relevance to the primary contract's requirements. This structured documentation ensures comprehensive oversight on data management within government contracts, crucial for maintaining standards in technical reporting and compliance during federal projects.
    The document outlines the Contract Data Requirements List (CDRL) using DD Form 1423-1, focusing on the requirement for a technical report, specifically regarding the Next Generation Overhead Persistent Infrared (OPIR) Gap Analysis by Lockheed Martin Corporation. It details various sections including contractor information, required data items, submission timelines, distribution, and associated administrative regulations. The contractor is tasked with delivering a Technical Report on Information Technology and Networking, due within 150 calendar days post-contract award, with subsequent updates required within ten business days upon request by the Program Manager. The data must align with specified formatting regulations and is restricted to U.S. Government agencies for administrative and operational use. The document emphasizes compliance with government guidelines and the importance of proper data submission to support contract execution. Overall, this CDRL serves as a structured request and guideline for data collection and reporting, vital for the project's success and adherence to federal procurement standards.
    The document is a DD Form 1423-1, which serves as a Contract Data Requirements List for the Department of Defense. Its primary purpose is to outline the specific data item requirements that contractors must fulfill under a given contract. The form includes critical details such as the contractor's name (Lockheed Martin Corporation), contract reference, and data item description. Emphasis is placed on the Technical Report categorized under Technical Data, which the contractor must submit within specified timeframes. The report is to be delivered electronically and is subject to review and acceptance by government personnel. The document also instructs on the delineation of data distribution rights, specifying authorized dissemination to U.S. government agencies and their contractors for operational use. It categorically defines the pricing groups for data development, providing guidelines for cost estimation based on the importance and necessity of the data in relation to the primary contract. This systematic approach ensures regulatory compliance and assists in the effective management of contractual obligations, aligning with the specifications of federal grants and RFPs in the government sector.
    The DD Form 1423-1 is a Contract Data Requirements List (CDRL) used by the Department of Defense to outline data item submission requirements for contractors, specifically in relation to technical data associated with contracts. The form captures essential information including contract details, contractor identity, and instructions for the preparation and submission of data items. Key entries include the data item number, title, and authority, as well as specifications for delivery frequency, distribution, and estimated costs related to the production of data items. The document emphasizes compliance with specific formatting guidelines (DI-MISC-80508B/T) and identifies that the contractor must submit a Technical Report on the Software Development Life Cycle (SDLC) within a stipulated timeframe. The distribution of the data is limited to authorized government agencies and their contractors for administrative or operational use. Ultimately, the CDRL serves as a structured template for ensuring the proper reporting and management of critical technical data, integral to contract performance under various government procurement efforts.
    The document outlines the DD Form 1423-1, a Contract Data Requirements List (CDRL) used by the Department of Defense to specify data deliverables for contractors. The form facilitates the organization and submission of essential technical documentation, particularly for the Next Gen OPIR Gap Analysis project involving Lockheed Martin Corporation. Key elements of the form include contractor identification, data item details, submission frequency, distribution requirements, and the necessary approval signatures. The structured format helps ensure that all relevant information about data items is clearly defined for both the government and the contractor. Specific instructions guide the completion of each section, ensuring compliance with federal standards. This CDRL requires submission of a Technical Report on Training within 150 calendar days post contract award, with potential subsequent updates as directed by the Program Manager. A critical distribution statement emphasizes that the document is authorized for U.S. Government agencies and their contractors for operational use, reflecting the importance of safeguarding sensitive technical data. The DD Form 1423-1 serves as a critical tool in facilitating effective contract management, oversight, and communication between government entities and contractors, aimed at enhancing project outcomes within federal acquisition processes.
    The document is a DD Form 1423-1, a Contract Data Requirements List (CDRL) designed to outline a specific data item required under a government contracting framework. It is related to a Technical Report concerning the Next Generation Overhead Persistent Infrared (OPIR) Gap Analysis, prepared for Lockheed Martin Corporation. The report will assess various operational processes and must adhere to established specifications outlined in a Data Item Description (DI-MISC-80508B/T). Key requirements include: submission of the initial report within 150 days post-award, updates as necessary, and distribution to specific government personnel. The technical data must be protected to prevent unauthorized dissemination, stressing its importance for administrative or operational use. The document specifies the roles and responsibilities of contractors and government officials regarding report preparation, approval, and distribution. The pricing structure for data items is categorized into groups based on the nature and necessity of the data, with an emphasis on compliance with government standards for data handling and submission. Overall, the form serves to formalize expectations for technical reporting within the context of government contracts, aligning both contractor obligations and government oversight.
    The DD Form 1423-1 outlines the Contract Data Requirements List (CDRL) for a data item related to the Next Gen OPIR Gap Analysis, as part of a contract with Lockheed Martin Corporation. It specifies the requirements for technical data submissions, including the format, frequency, and distribution of the reports, which are classified for U.S. Government use. The contractor is tasked with delivering a technical report detailing their findings, with an initial submission required within 150 calendar days post-award, and subsequent updates to be made as needed, typically within ten business days upon request. The document also includes modular instructions for completion, emphasizing the categorization of data types, requirements for government inspections, and minimal conditions under which data can be shared. Price estimation is divided into groups indicating the relationship of data requirements to the contractor’s primary obligations. Overall, this form ensures structured and compliant reporting of technical data necessary for government operational and administrative purposes, underlining the importance of data protection and specified delivery timelines in government contracts.
    The DD Form 1423-1, titled “Contract Data Requirements List,” outlines requirements for submitting and maintaining a contractor's personnel roster for the Next Gen OPIR Gap Analysis project. Specifically, it mandates that the contractor, Lockheed Martin Corporation, provide details such as employee names, roles, contact information, and security clearance levels within five days post-contract award and to revise the roster within five days of any personnel changes. The document also stipulates that the roster is for administrative and operational use only and emphasizes the protection of sensitive technical data from unauthorized dissemination. It provides a structured approach for determining the price group for the data item based on its necessity and relevance to the primary contracted effort, categorized into four groups, ranging from non-essential to routine operational data. Overall, the form serves as a formal guide ensuring all required data for government contracts is accurately collected, maintained, and submitted, emphasizing compliance and operational integrity within federal contracting processes.
    The document is a DD Form 1423-1, known as the Contract Data Requirements List (CDRL), which focuses on specifying data deliverables required by the U.S. Government in a contract. It outlines a Monthly Status Report (MSR) to be provided by Lockheed Martin Corporation for the Next Gen OPIR Gap Analysis project. The document specifies the format, frequency, and submissions of the data, while defining distribution requirements and authorizations for technical data protection. The contractor is mandated to submit the MSR within five calendar days post-contract award and subsequently on a monthly basis, with updates as requested by the Program Manager. The report must be delivered electronically and is subject to governmental inspections and acceptance. This CDRL emphasizes compliance with Department of Defense instructions for technical data handling and outlines the responsibilities of both the contracting officer and the contractor. Overall, it aims to ensure systematic management and reporting of contractual obligations and data requirements to maintain operational integrity and accountability.
    The DD Form 1423-1 outlines the Contract Data Requirements List (CDRL) for a specific data item related to a contract with Lockheed Martin Corporation, focused on the Next Generation OPIR Gap Analysis. This form serves as a crucial document in federal government contracting, specifying required data deliverables and their submission timelines. Key information includes the title and authority of the data item, contractor details, required inspection and acceptance processes, and distribution statements. The CDRL mandates that the contractor submit a Technical Report detailing personnel and base operations support within 150 days post-contract award and provide monthly updates thereafter. The distribution is limited to U.S. Government Agencies and their contractors, emphasizing the need to protect sensitive technical information. The form also includes guidance on costing associated with data items, categorizing them into four groups based on their necessity and effort involved in development. The form ultimately helps standardize data acquisition processes in contracts, ensuring compliance and clarity in deliverables, essential for efficient contract management within federal and state/local RFP frameworks.
    The DD FORM 1423-1 outlines the Contract Data Requirements List (CDRL) for a specific data item related to the Next Gen OPIR Gap Analysis conducted by Lockheed Martin Corporation. This form details the requirements for the Quality Program Plan (QPP), including submission timelines, distribution, and frequency of updates. The contractor must provide the QPP within fifteen days of contract approval and is required to ensure 100% compliance. Subsequent submissions are requested on an as-needed basis, with a ten-business day turnaround applicable. Distribution is authorized to U.S. Government agencies and their contractors, emphasizing data protection for operational use. The document serves as a structured requirement submission for the government's oversight of contractor deliverables, ensuring adherence to quality controls and operational standards. Overall, this form facilitates effective communication and compliance monitoring between the government and contractors, integral to federal procurement processes.
    The document outlines the Performance Work Statement (PWS) for the U.S. Air Force's Next-Generation Overhead Persistent Infrared (Next-Gen OPIR) Software Depot Activation Gap Analysis. The main purpose is to transition from the existing Space Based Infrared System to the Next-Gen OPIR, enhancing missile detection capabilities through new satellite systems. The performance objectives include performing gap analyses to determine readiness for software sustainment. The project is segmented into a phase-in period (30 days), an execution period (120 days), and a phase-out period (60 days), each with specific entry and exit criteria. Key deliverables include reports on labor categories, facilities management, IT and networking, lab environments, software development lifecycle, training, operations, and technical data. Each report must be completed and submitted within defined timelines. Additional requirements entail maintaining a key personnel roster, providing monthly status updates, and ensuring compliance with quality management standards. The document emphasizes collaboration between the contractor and Air Force representatives throughout the contract. Overall, it outlines a structured approach to support the software transition needed for the Next-Gen OPIR initiative, reflecting the military's commitment to maintaining national security through enhanced technology.
    The document outlines performance requirements for contractors involved in a government project, detailing objectives, monitoring methods, and expected deliverables. It mandates contractors to attend a project kick-off meeting and provide a personnel roster while also requiring the submission of a Project Planning Chart within 30 days of contract award. Technical Reports must be delivered on specified due dates, with any alterations communicated promptly. Monthly Status Reports should encompass contractor achievements, task progression, financial summaries, and any personnel changes, with adherence to a 95% on-time delivery threshold. A Quality Program Plan is to be submitted within 15 days, ensuring alignment with the stipulated quality standards. Additionally, a designated Program Manager must serve as a liaison for contract performance matters. The document is structured to ensure quality oversight and timely communication, highlighting the government's focus on maintaining project integrity through rigorous monitoring and clear expectations for contractor performance.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Sole Source - 74243 - EOTS GAP ANALYSIS SERVICE
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting a sole source contract for the Electro-Optical Targeting System (EOTS) Gap Analysis Service, with a focus on software sustainment capabilities at Robins Air Force Base in Georgia. The procurement aims to conduct a comprehensive gap analysis related to the F35 TR2 EOTS, requiring the contractor to deliver various technical reports and data submissions as outlined in the Contract Data Requirements List (CDRL). This analysis is critical for ensuring the operational integrity and effectiveness of the EOTS, which plays a vital role in military operations. Interested parties can reach out to Patrick Hulett at patrick.hulett@us.af.mil or Valerie Evans at valerie.evans.1@us.af.mil for further details, with the contract's performance expected to commence following the award.
    SOURCES SOUGHT RESILIENT MEO MISSILE WARNING AND TRACKING (RMMWT) GROUND MANAGEMENT AND INTEGRATION (GMI) (MEG O&I)
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking contractor support for the Resilient MEO Missile Warning and Tracking (RMMWT) Ground Management and Integration (GMI) program. This initiative aims to enhance ground system capabilities for missile tracking satellites, with two operational epochs planned, including satellite launches in 2026 and 2028, and potential future procurements. Contractors are required to demonstrate expertise in software development, systems integration, and facility management, with a strong emphasis on cybersecurity and collaboration with multiple contractors. Interested parties must submit a Statement of Capability (SOC) by February 27, 2025, detailing their qualifications and relevant experience. For further inquiries, contact David Kirkland at david.kirkland.9@spaceforce.mil or 310-653-2461, or Leslie Semerena at leslie.semerena@spaceforce.mil.
    Next Generation Penetrator
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking vendors capable of developing a prototype for the Next Generation Penetrator (NGP) warhead designed to defeat Hard and Deeply Buried Targets (HDBT). This Request for Information (RFI) aims to assess industry capabilities in advanced weapon systems and precision guidance technologies, with a focus on rapid prototyping, integration into a Weapon Open Systems Architecture, and performance in GPS-denied environments. The NGP program is critical for enhancing the U.S. military's capabilities in precision strike operations, and responses to the RFI are due by March 22, 2024. Interested parties should submit detailed white papers and can contact Mandi Johnson at mandi.johnson.4@us.af.mil or Christy Cross at christy.cross.2@us.af.mil for further information.
    PWSA Tranche 3 Tracking Layer (T3TRK) DRAFT Solicitation
    Buyer not available
    The Department of Defense, through the Space Development Agency (SDA), is soliciting proposals for the Proliferated Warfighter Space Architecture (PWSA) Tranche 3 Tracking Layer (T3TRK) under a Firm Fixed Price Other Transaction Agreement (OTA). This initiative aims to enhance missile threat detection and tracking capabilities by developing a satellite constellation comprising at least 54 space vehicles equipped with infrared sensors, facilitating improved operational efficiency and data delivery to weapon systems. The contract is critical for advancing national defense capabilities, with the first satellite launch planned for March 31, 2029, and subsequent launches scheduled monthly thereafter. Interested vendors should note that proposal submissions are due by May 21, 2025, and can contact the primary point of contact at ussf.pentagon.sda.mbx.sn-25-0013@mail.mil for further information.
    Analysis Support services for the Directorate of Space Analysis (SF/S9)
    Buyer not available
    The Department of Defense, specifically the United States Space Force, is seeking potential sources for Analysis Support services for the Directorate of Space Analysis (SF/S9). This opportunity is part of market research to identify qualified vendors capable of fulfilling the requirements outlined in the attached Performance Work Statement, as the government is in the early stages of acquisition planning. The services are critical for supporting the Space Force's analytical capabilities, and the government is currently gathering information to inform its acquisition strategy, which may include discussions with industry participants. Interested parties should submit their capability statements, including relevant past performance and a Rough Order of Magnitude for the services, to the primary contact, Eric L. Moss, at eric.moss.3@us.af.mil, by the specified deadline. Please note that this is a Request for Information (RFI) and not a solicitation for proposals.
    DRAFT RFP GPS Engineering, Analysis, and Remote Site Sustainment III (GEARSS III)
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is preparing to release a Draft Request for Proposal (RFP) for the GPS Engineering, Analysis, and Remote Site Sustainment III (GEARSS III) project. This procurement aims to secure research and development services in the physical, engineering, and life sciences sectors, focusing on enhancing GPS capabilities and sustaining remote sites. The initiative is critical for maintaining operational readiness and technological advancement within the Air Force's GPS systems. Interested small businesses are encouraged to reach out to Matthew Buchanan at matthew.buchanan@spaceforce.mil or 719-554-8447, or Christopher Cook at christopher.cook.62@spaceforce.mil or 405-471-1465 for further details, as this opportunity is set aside for total small business participation under FAR 19.5.
    Next Generation Surveillance Array Request for Information
    Buyer not available
    The Department of Defense, specifically the Naval Information Warfare Systems Command (NAVWAR), is conducting a Request for Information (RFI) to gather insights for the future acquisition of a Next Generation Surveillance Array (NGSA). This initiative aims to develop a passive towed multi-line acoustic sensor designed for integration within the Surveillance Towed Array Sensor System (SURTASS) Program, with the goal of enhancing maritime surveillance capabilities. The NGSA will be utilized on Auxiliary General Ocean Surveillance Ships (T-AGOS) and other SURTASS host platforms, emphasizing its strategic importance in undersea warfare operations. Interested parties can direct inquiries to Contract Specialist Robert C. Wiley at robert.c.wiley22.civ@us.navy.mil or by phone at 619-822-9670.
    L-band Services - LTAC and LAISR Blanket Purchase Agreement (BPA)
    Buyer not available
    The Department of Defense, specifically the United States Space Force (USSF) Space Systems Command (SSC), is seeking industry feedback for a Blanket Purchase Agreement (BPA) focused on L-band Tactical (LTAC) and L-band Airborne for Intelligence, Surveillance, and Reconnaissance (LAISR) services. The objective is to establish a contract vehicle that provides access to global L-band managed services to support military communications needs, emphasizing reliability, operational availability, and adherence to security protocols. Interested vendors are encouraged to review the draft Performance Work Statement (PWS) and submit their feedback, along with relevant company information, by February 28, 2025, at 3:30 PM EST, to the designated contacts, Ms. Anar Wagner and Mr. Orlando Holloway, via email.
    Instrumentation Range Support Program IV
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is seeking firms to provide logistics sustainment support for the Instrumentation Range Support Program IV (IRSP IV) at Patrick Air Force Base, Florida. This procurement aims to identify contractors capable of supporting instrumentation tracking systems, including radar, telemetry, optics, flight termination systems, GPS, and data acquisition systems, utilized by various agencies such as the DoD, DoE, NASA, and foreign governments. The IRSP IV is critical for maintaining the operability of these systems across multiple test ranges, with an anticipated contract value between $500 million to $1 billion over a decade. Interested vendors must respond by February 19, 2025, providing details on their capabilities and experience, and can contact Sandra M. Seman at Sandra.seman@us.af.mil or Edwin Baldomero at edwin.baldomero.1@spaceforce.mil for further information.
    Launch and Early Orbit, Anomaly Resolution, and Disposal Operations (LADO) Software Follow-On Sources Sought/Request for Information
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking information from potential vendors regarding the Launch and Early Orbit, Anomaly Resolution, and Disposal Operations (LADO) software follow-on contract. This Sources Sought/Request for Information (RFI) aims to gather insights for future contracts that will support engineering services related to LADO software, which is critical for satellite systems, including functionalities such as Telemetry, Tracking, and Commanding (TT&C), Mission Planning, and LADO Simulation. The selected contractor will be responsible for software and hardware maintenance, upgrades, cybersecurity assurance, and extensive testing and documentation to ensure operational readiness and compliance with military standards. Interested parties must submit their responses, including a company profile and capability statement, by March 7, 2025, and can direct inquiries to Christa Phillips at christa.phillips.1@us.af.mil or Ashlee Hawkins at Ashlee.Hawkins@us.af.mil.