M--SRS Site Operations Acquisition (Post FY2018) Requirement
ID: DE-SOL-0010541Type: Special Notice
Overview

PSC

OPERATION OF GOVT OWNED FACILITY (M)
Timeline
    Description

    Special Notice: M--SRS Site Operations Acquisition (Post FY2018) Requirement

    The Department is seeking services for the operation of a government-owned facility. The specific service or item being procured is not provided in the notice.

    Point(s) of Contact
    No information provided.
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Similar Opportunities
    F--Savannah River Site Operations (Post FY 2018) Procurement
    Active
    None
    Special Notice: Savannah River Site Operations (Post FY 2018) Procurement The Department of Natural Resources Management has issued a special notice for the procurement of Savannah River Site Operations (Post FY 2018). This procurement is for the acquisition of services related to the management and operation of the Savannah River Site. The Savannah River Site is typically used for the storage, processing, and disposal of nuclear materials. The services being procured will involve various aspects of site operations, including maintenance, security, waste management, and environmental monitoring. The procurement notice does not provide specific details regarding quantities, sizes, or fulfillment requirements. However, it is expected that the selected contractor will be responsible for ensuring the safe and efficient operation of the site, in compliance with all applicable regulations and guidelines. This procurement opportunity presents a significant responsibility and opportunity for a qualified contractor to contribute to the ongoing operations of the Savannah River Site. Interested parties are encouraged to review the draft Request for Proposal (RFP) for further information and instructions on how to participate in the procurement process.
    Portsmouth Paducah Project Office (PPPO) Operations and Site Mission Support (OSMS) - PRESOLICIATION NOTICE
    Active
    Energy, Department Of
    Special Notice: ENERGY, DEPARTMENT OF - Portsmouth Paducah Project Office (PPPO) Operations and Site Mission Support (OSMS) The Portsmouth Paducah Project Office (PPPO) is seeking Operations and Site Mission Support (OSMS) services. This procurement is for the operation of production buildings (PSC code: M1EC). OSMS services are typically used to provide support and assistance in the day-to-day operations and mission objectives of the PPPO. These services may include facility management, maintenance, logistics, and other related tasks. For more information, please contact Kimberly Tate at Kimberly.tate@emcbc.doe.gov or (513) 246-0102. This is a presolicitation notice, providing information regarding anticipated changes for the final Request for Proposal (RFP) for the OSMS services. Thank you for your attention to this important matter.
    R--Special Notice Regarding the Hanford 222-S Lab Draft RFP
    Active
    None
    Special Notice Department of Energy (DOE) is seeking support services for professional, administrative, and management purposes. The service being procured is an adjustment to the draft Request for Proposal (RFP) synopsis. The adjustment includes changes to the website link and timeline for submission. The service is typically used to provide information and updates related to the Hanford Laboratory project. The adjustment extends the timeline for submission from 60 days to 120 days and specifies the 4th quarter of fiscal year 2014 as the target completion date. For more information, please refer to the attached PDF.
    SOF Global Services Delivery
    Active
    Dept Of Defense
    The U.S. Special Operations Command (USSOCOM) is currently in the acquisition planning stage for the SOF Global Services Delivery (SOF GSD) contract, which is a recompete of the SOF Core Support (SCS) initiative. This special notice serves to inform interested parties that no decisions have yet been made regarding the number of awardees, the date for an Industry Day, or the anticipated audience for this procurement. The SOF GSD contract is critical for supporting the Special Operations Forces mission, and updates will be provided exclusively through this notice until a formal draft Request for Proposal (RFP) is posted. For further inquiries, interested parties can contact Sherri Ashby at sherri.ashby@socom.mil or Alicia Spurling at alicia.spurling@socom.mil.
    Rapid Sustainment Office (RSO) Commercial Solutions Opening (CSO)
    Active
    Dept Of Defense
    Special Notice DEPT OF DEFENSE DEPT OF THE AIR FORCE: The Rapid Sustainment Office (RSO) is seeking innovative technology advances and solutions to reduce Air Force sustainment and operational costs, improve mission readiness, and expand Air Force capabilities. This Commercial Solutions Opening (CSO) serves as the overarching solicitation, with specific Calls to be published at the RSO's discretion. The CSO will remain open for Calls until September 30, 2022, and can result in the award of FAR Part 12 Contracts or Other Transaction Agreements (OTAs) under 10 USC 2371b. The RSO is interested in responses from traditional and nontraditional defense contractors, large and small businesses, and research institutions. The CSO aims to streamline the acquisition process, reduce timelines, and acquire new, innovative solutions to meet the RSO's Technology Focus Areas. Interested parties should monitor the Special Notice and the RSO website for updates and specific calls.
    J--THE SCHEDULED REGULAR OVERHAUL OF USNS SHIPS
    Active
    None
    Presolicitation notice is being published by the Department of Defense (DOD) for maintenance, repair, and rebuilding equipment services. This notice is in accordance with the Federal Acquisition Regulation (FAR) 5.101. The primary contact for this procurement is Jeffrey Eom, who can be reached at 0039-081-568-3819 or via email at jeffrey.eom@eu.navy.mil. The service/item being procured is not specified in the document, but further information can be found in the attached document.
    Commercial Solution Opening (CSO) SLD 30
    Active
    Dept Of Defense
    Solicitation Notice: DEPT OF DEFENSE is seeking Commercial Solution Opening (CSO) for Miscellaneous Items. The CSO is authorized by Department of Defense (DoD) Class Deviation (CD) 2022-O0007. The purpose of this CSO is to acquire innovative commercial items, technologies, and services that fulfill requirements, close capability gaps, or provide potential technology advancements. The USSF intends to obtain "innovative" solutions or potential new capabilities that enhance or streamline USSF mission capabilities. This CSO will remain open for Calls indefinitely with an annual update. The Government reserves the right to award all, part, or none of the proposals received. Each Call will be announced on SAM.gov and other media, and may result in the award of a FAR Part 12 contract or an OTA. The Calls will contain broadly defined Areas of Interest (AOIs) and more specific problem topic interest areas. The Government is not obligated to make any awards as a result of this CSO and/or Calls issued under this CSO, and all awards are subject to the availability of funds and successful negotiations.
    AFLCMC Data Operations Commercial Solutions Opening
    Active
    Dept Of Defense
    AFLCMC Data Operations Commercial Solutions Opening is a Special Notice issued by the DEPT OF DEFENSE, specifically the DEPT OF THE AIR FORCE. The notice is for the establishment of a modern Data Operations (DataOps) solution to support critical national security systems. The objective is to deliver an enduring, secure, robust, efficient, responsive, agile, elastic, and extensible classified DataOps solution. The notice states that AFLCMC is open to the identification of technologies useful for modernizing DataOps for sophisticated security and weapon systems. The notice also mentions that the CSO may result in the award of FAR Part 12 Contracts or Other Transaction Agreements (OTAs) under 10 USC 4022, through Calls via Amendments to the CSO. The notice emphasizes that no proposals or white papers are being requested at this time, and they will be requested via Calls published under the CSO solicitation. AFLCMC is interested in capabilities from all interested vendors, including traditional defense contractors, nontraditional defense contractors, large businesses, small businesses, and research institutions. The notice highlights that many of the critical national security systems operate in varying classification environments, including highly classified environments. The CSO seeks to fund innovative technologies that propose new solutions to expand AFLCMC's capabilities as it relates to modern DataOps Focus Areas. The notice also mentions the Technology Focus Areas, which include Hybrid Cloud IaaS, PaaS, SaaS; Information Transport; Fielding Operations; Crypto-Net Managements/Commercial Solutions for Classified; Network Operations Center (NOC) / Security Operations Center (SOC); and Help Desk. The notice provides definitions for terms such as CSO with Calls, Open Period Calls, Closed Calls, Areas of Interest/Focus Areas, White Paper, and Prototype Project. It states that the CSO may result in the award of prototype projects and that the Government reserves the right to award a FAR Part 12 contract or an Other Transaction (OT) under 10 U.S.C. 4022 agreement, or no award at all. The notice also mentions that the CSO will have Closed Calls, which can be either a one-step or two-step process, and that AFLCMC is not obligated to make any awards and all awards are subject to the availability of funds and successful negotiations.
    Notice of Intent to Sole Source
    Active
    Dept Of Defense
    Notice of Intent to Sole Source DEPT OF DEFENSE DEPT OF THE ARMY The Department of Defense, specifically the Department of the Army, has issued a Notice of Intent to Sole Source for the procurement of Communications Security Equipment and Components. This service/item is typically used for ensuring secure communication within military operations. The procurement will be fulfilled by Carahsoft, located at 11493 Sunset Hills Road, Suite 100, Reston, VA 20190. The place of performance for this contract is Fort Eisenhower, GA, with a period of performance from April 24, 2024, through April 23, 2025. The government has determined that Carahsoft is the only responsible source for this requirement, and therefore, a competitive solicitation will not be issued. The procurement will be conducted under Simplified Acquisition Procedures in FAR part 13 and Commercial procedures in FAR part 12. Interested concerns must provide clear and convincing evidence that competition for this requirement would be advantageous to the government. If no affirmative written responses are received by 7:00 am on November 15, 2023, the contract will be awarded without further notice. Oral communications will not be accepted. Please note that this notice is not a request for competitive proposals. The government's decision not to compete this requirement is solely within its discretion.
    Pre-Solicitation Notice and Pre-Solicitation Meeting/Industry Day announcement for Counter-small Unmanned Aircraft Systems (C-sUAS)
    Active
    Dept Of Defense
    Pre-Solicitation Notice and Pre-Solicitation Meeting/Industry Day announcement for Counter-small Unmanned Aircraft Systems (C-sUAS): The Department of Defense, specifically the Department of the Air Force, is seeking a focused yet flexible, rapid, agile contracting vehicle to support the research, development, prototyping, demonstration, evaluation, and transition of Counter small Unmanned Aircraft System (C-sUAS) capabilities. These capabilities are intended to combat Commercial Off-The-Shelf (COTS) small Unmanned Aircraft Systems (sUAS) used by adversaries in asymmetric warfare against U.S. military personnel and materiel. The government anticipates a single award Indefinite-Delivery, Indefinite-Quantity (ID/IQ) research and development (R&D) contract with Cost-Plus-Fixed-Fee Completion (CPFF/C) Task Orders, an ordering period of seventy-two (72) months, and a maximum ordering amount of approximately $490,000,000. The anticipated deliverables include software, hardware, technical documentation, and technical reports. The North American Industry Classification Systems (NAICS) code for this effort is 541715 with a small business size standard of 1,500 employees based on the Aircraft, Aircraft Engine, and Engine Parts exception. The government also requires that approximately 20% of proposed personnel be TS/SCI cleared and assigned at the time of award, with graduated increases over time. Foreign Allied Participation will be excluded at the prime contractor level. A technical library relating to the subject area of this acquisition will be made available. Interested parties must request access through AFRL/RI personnel. A Draft Request for Proposal (RFP) is anticipated to be released during the 1st quarter of CY 2020. The entire solicitation will be issued on the BETA SAM website at https://beta.sam.gov/. The government will not provide paper copies of the solicitation. All responsible sources may submit a proposal in response to the RFP. Technical questions should be directed to the Contracting Officer's Technical Representative (COTR), Donna Toole at (315) 330-3972, donna.toole.1@us.af.mil. Any contractual questions or questions concerning this Presolicitation Notice should be communicated directly to the Contract Specialist, Matthew Zawisza at (315) 330-4922, matthew.zawisza@us.af.mil, or the Contracting Officer, Terrence Lipinski at (315) 330-4510, terrence.lipinski@us.af.mil. An Ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. INDUSTRY DAY: AFRL will be conducting an Industry Day for the C-sUAS acquisition on Monday, December 16, 2019, at Griffiss Institute, 725 Daedalian Dr., Rome NY 13441. The purpose of this meeting is to provide interested companies/entities with an overview of the C-sUAS contract and promote an early exchange of information. Interested parties must register by Monday, December 09, 2019, to gain access to the facility.