Request for Information: EMSS Global Logistical (ELOG) Services Management
Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA2541 SSC COMRCL SVS OFC SSC CMKCHANTILLY, VA, 20151, USA

NAICS

Computer Facilities Management Services (541513)

PSC

IT and Telecom - Network: Satellite Communications and Telecom Access Services (DG11)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is seeking industry feedback through a Request for Information (RFI) for the Enhanced Mobile Satellite Services (EMSS) Global Logistical Services Management contract. This opportunity aims to gather insights and best practices related to the Distributed Tactical Communications System (DTCS), which includes satellite communications and tactical radios, to inform the acquisition strategy for comprehensive contractor support in operational, engineering, and technical requirements. The contractor will play a vital role in ensuring the effective functioning of EMSS capabilities, including logistical support, inventory management, and field service representative (FSR) services. Interested parties are encouraged to submit well-defined responses to specific questions outlined in the RFI to Anar Wagner and Karla Delaney via email, with the solicitation expected to be issued by a date to be determined.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the Performance Work Statement (PWS) for the Enhanced Mobile Satellite Services (EMSS) Global Logistical Services Management Contract, effective 15 July 2024. It details the services provided by the United States Space Force's EMSS Program Management Office, which includes satellite communication capabilities through a government-controlled network. The contractor will support logistical, technical, and programmatic services, collaborating with various government entities, including the Department of Defense and authorized foreign partners. Key tasks include stakeholder orientation, program management, technical and customer support, logistical procurement, training, and operations center support. The document emphasizes the importance of quality control, reporting, and collaboration among stakeholders, detailing specific deliverables and performance objectives. It highlights the necessity of using government-furnished property and adheres to security and operational protocols. The PWS ensures rigorous oversight and accountability for the successful fulfillment of EMSS operational functions and capabilities worldwide, positioning the contractor as a critical partner in advancing national security communication services.
    Lifecycle
    Similar Opportunities
    Draft RFP Satellite Communications (SATCOM) Engineering Support (SCES)
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Information Systems Agency (DISA), is seeking industry feedback on a draft Request for Proposal (RFP) for Satellite Communications (SATCOM) Engineering Support (SCES). The primary objective of this procurement is to enhance the capabilities of SATCOM and related transport systems that are critical for the operational needs of the Department of Defense, focusing on systems engineering, architecture, and standardization, particularly for the DoD Teleport System and Global Broadcast Service. The contract will involve providing engineering, test support, and program management over a base period of 12 months, with four optional 12-month extensions, and requires personnel to have appropriate security clearances. Interested parties are encouraged to submit their responses and feedback regarding the Performance Work Statement (PWS) by October 15, 2024, at 4:00 PM Central Time, and can reach out to Rachel Tate or Brooke Winkeler for further inquiries.
    L-band Services - LTAC and LAISR Blanket Purchase Agreement (BPA)
    Active
    Dept Of Defense
    The Department of Defense, through the United States Space Force (USSF) Space Systems Command (SSC), is seeking industry input for a Blanket Purchase Agreement (BPA) focused on L-band managed services to support tactical and Airborne Intelligence, Surveillance, and Reconnaissance (AISR) requirements. The procurement aims to gather well-defined responses that will inform the acquisition strategy, emphasizing the need for specific information regarding service capabilities, geographical scope, frequency ranges, and compatibility with existing government hardware. Interested vendors are encouraged to submit their insights by October 18, 2024, via email to the designated contacts, Karla Delaney and Anar Wagner, while ensuring any proprietary information is clearly marked. This initiative is part of the government's market intelligence phase, with a formal solicitation expected to follow.
    RFI/Sources Sought Automated SATCOM Network Orchestration for Commercial Satellite Communications Services
    Active
    Dept Of Defense
    The Department of Defense, through the United States Space Force (USSF), is seeking industry feedback via RFI FA2541-24-007 regarding automated network orchestration for commercial satellite communications services. The objective is to enhance the reliability, resilience, and affordability of satellite communication systems for DOD Mission Partners, focusing on automation within multi-system hybrid satellite networks. This initiative is crucial for ensuring that DOD partners can access improved satellite communication capabilities through innovative market solutions. Responses to the RFI are due by October 25, 2024, and interested parties should direct inquiries to John Seacrist at john.seacrist@spaceforce.mil.
    CSS0128 Sources Sought - Flex BPA
    Active
    Dept Of Defense
    The United States Space Force (USSF) Space Systems Command is seeking industry feedback for a Blanket Purchase Agreement (BPA) related to IntelSat FlexAir and FlexMove satellite communications services, aimed at supporting the Department of Defense (DoD) and Federal Agencies. The Government is particularly interested in detailed insights regarding managed Ku-band services, network architecture, service activation lead times, equipment compatibility, network monitoring, and cybersecurity measures. This initiative is crucial for enhancing communication solutions within the USSF's operational framework, and responses must be submitted by October 18, 2024, with a maximum of two pages in MS Word or PDF format. Interested vendors can direct inquiries to Anar Wagner at anar.wagner@spaceforce.mil or Quentin Fields at quentin.fields.2@spaceforce.mil.
    EGLIN OPERATION AND MAINTENANCE SERVICES (EOMS) II - RFI #4 - DRAFT REQUEST FOR PROPOSAL
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking industry feedback through a Request for Information (RFI) for the Eglin Operation and Maintenance Services (EOMS) II contract, which is anticipated to replace the current EOMS contract. The procurement aims to provide comprehensive operation and maintenance services in support of military aerospace equipment and weapons testing, including management of facilities, equipment, and instrumentation at Eglin Air Force Base and potentially other locations. This initiative is crucial for ensuring mission readiness and operational efficiency in defense activities, with a contract term expected to last up to 10 years, starting around April 1, 2026. Interested parties are encouraged to submit their feedback on the draft Request for Proposal by December 17, 2024, to the designated contacts, Ronald Wilson and John Sarver, via their provided email addresses.
    PROTECTED TACTICAL SATCOM -GLOBAL (PTS-G) PRE-SOLICITATION SYNOPSIS
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is preparing to solicit proposals for the Protected Tactical SATCOM - Global (PTS-G) program, with a Request for Proposal (RFP) expected to be posted in October 2024. This procurement aims to establish multiple award Indefinite Delivery Indefinite Quantity (IDIQ) Firm-Fixed-Price (FFP) contracts for the production of Protected Tactical SATCOM Global Space Production Vehicles, which are critical for military communications and positioning, navigation, and timing capabilities. Interested vendors must register for access to the Bidders' Library and provide necessary information for facility clearance to receive classified requirements. For further details, potential offerors can contact Mr. Alejandro Capristan at alejandro.capristan.1@spaceforce.mil or Mr. Brett Beljak at brett.beljak.1@spaceforce.mil.
    MARINE CORPS ENTERPRISE NETWORKS (MCEN) EVENT MANAGEMENT SYSTEM
    Active
    Dept Of Defense
    The Department of Defense, through the Marine Corps Systems Command (MCSC), is seeking industry input for the development of the Marine Corps Enterprise Networks (MCEN) Event Management System (MEMS). The objective is to create a unified solution that integrates various monitoring capabilities, including network performance analysis, user experience metrics, and system vulnerability management, while supporting both on-premises and hybrid environments. This initiative is crucial for enhancing operational cybersecurity and network management standards, ensuring effective solutions are procured within budget constraints. Interested contractors must submit their responses electronically by September 27, 2024, and can direct inquiries to Francesca Deza at francesca.deza@usmc.mil or Todd D. Ingold at todd.ingold@usmc.mil.
    The Joint Threat Emitter (JTE) Program/Logistics Support
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide comprehensive Contractor Logistics Support (CLS) for the Joint Threat Emitter (JTE) Program. The selected contractor will be responsible for software maintenance, field troubleshooting, firmware update verification, and addressing obsolescence issues for all fielded JTE configurations both within the continental United States (CONUS) and outside (OCONUS). This opportunity is critical for ensuring the operational readiness and sustainability of the JTE system, which plays a vital role in defense capabilities. Interested vendors must submit their business information and relevant experience to Patrick Robello at patrick.robello.1@us.af.mil, as this Sources Sought notice is part of market research and does not guarantee future contract awards.
    Contractor Technical Assistance of ARC-220(V)2 High Frequency (HF) Radio RT-1749 Foreign Military Sales (FMS)
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Contracting Command, is seeking sources for Contractor Technical Assistance related to the ARC-220(V)2 High Frequency Radio RT-1749 for Foreign Military Sales (FMS) to Canada. The procurement aims to identify vendors capable of providing technical advisement, support for airworthiness, maintenance manual provision, and remote assistance over a five-year period, with an estimated workload of 100 hours per year. This initiative is crucial for ensuring the operational readiness and technical support of military communications equipment utilized by allied forces. Interested parties must submit their responses, including company information and a Rough Order of Magnitude (ROM) pricing estimate, by October 31, 2024, to the designated contacts, Charrissa Stancell and Aqua M. Jefferson, via email.
    Ground Terminal Enterprise Support
    Active
    Dept Of Defense
    The United States Space Force's Space Systems Command (SSC) is seeking information from contractors capable of providing comprehensive support for a ground terminal system, including system engineering, operations, sustainment, deployment, and development. The primary objective is to maintain and upgrade a ground terminal system consisting of multiple Ka-band antennas and associated mission-critical equipment across various geographical Areas of Responsibility (AORs). This Request for Information (RFI) is intended for planning purposes only and does not constitute a commitment to procure services; interested parties are encouraged to submit their responses by October 7, 2024, via email to the designated contacts, Byron Irving and Victor Vizcarra, with all submissions becoming government property.