ContractSolicitation

Solicitation Notice for Proliferated Low Earth Orbit (PLEO) Satellite-Based Services

DEPT OF DEFENSE HC101324R0001
Response Deadline
May 31, 2024
Deadline passed
Days Remaining
0
Closed
Set-Aside
Full & Open
Notice Type
Solicitation

Contract Opportunity Analysis

The Department of Defense, through the Defense Information Systems Agency (DISA), is seeking proposals for Proliferated Low Earth Orbit (PLEO) Satellite-Based Services under Solicitation HC101324R0001. This procurement aims to provide worldwide, low-latency PLEO services and capabilities to meet the mission needs of DoD partners, with a focus on operational packaged and customer-specific services, as well as associated equipment and service management. The contract will be structured as a Multiple Award Indefinite Delivery/Indefinite Quantity (IDIQ) with a maximum ceiling of $900 million over a potential ten-year period. Interested contractors must submit their proposals, including technical and pricing documents, by the specified deadline, and can direct inquiries to Dean Leroy Cravens at dean.l.cravens.civ@mail.mil or Natalie Britton at natalie.b.britton.civ@mail.mil.

Classification Codes

NAICS Code
517410
Satellite Telecommunications
PSC Code
DG10
IT AND TELECOM - NETWORK AS A SERVICE

Solicitation Documents

60 Files
Questions and Answer_01_20240226.xlsx
Excel23 KBMar 28, 2024
AI Summary
The document is a Q&A template for Solicitation HC101324R0001, containing inquiries regarding differences between the new RFP and a previous award, submission requirements for various documents, and clarification on proposal evaluation and award timing. Key questions include submission formats for documents, rolling review schedules, and whether certain documents are applicable to initial proposals or subsequent task orders. The responses aim to guide offerors on compliance with specific proposal requirements outlined in the RFP.
240-110-44 Supply Chain Risk Management (SCRM).pdf
PDF244 KBMar 28, 2024
AI Summary
The DISA Instruction 240-110-44 establishes the policy for the Defense Information Systems Agency's Supply Chain Risk Management (SCRM) Program to protect mission-critical functions from vulnerabilities and threats, ensuring compliance with federal laws and guiding acquisition processes. It delineates roles and responsibilities among various DISA components and outlines requirements for risk analysis, threat assessments, and the execution of SCRM activities. Effective as of August 26, 2022, it supersedes a previous instruction from 2014.
Attachment 2 Questions and Answer_01_20240206.xlsx
Excel21 KBMar 28, 2024
AI Summary
The document is a question and answers template for the solicitation HC101324R0001, compiling inquiries related to the RFP released on November 22, 2023. Questions focus on clarifications about submission requirements, differences from previous awards, NDA applicability, and the timeline for proposal evaluations and awards. It also includes references to specific sections of the RFP and attachments that need to be followed.
Attachment 2 Questions and Answer_20231215.xlsx
Excel19 KBMar 28, 2024
AI Summary
The document contains a template for questions and answers related to the solicitation HC101324R0001, including inquiries about the differences between a previously awarded contract and the new RFP, clarification on Q&A due dates, appropriate subject line references for emails, and the timeline for award announcements. Specific questions raised indicate confusion regarding dates and document identifiers, as well as the evaluation timeline for awards. The questions aim to clarify critical procedural details for prospective bidders.
RFP - HC101324R0001AMD0001pdf.pdf
PDF473 KBMar 28, 2024
AI Summary
This document details Amendment No. 0001 to solicitation HC101324R0001, effective December 15, 2023, updating various sections, including instructions to offerors, and deadlines for question submissions, specifically extending the question submission deadline to May 1, 2024. It also outlines the requirements for proposals, including detailed instructions on Volume organization and submission guidelines, as well as subcontracting plans and conflict of interest mitigation strategies. Additionally, it emphasizes the importance of compliance with the updated formats, submission specifics, and evaluation criteria for potential contract awards.
RFP - HC101324R0001.pdf
PDF2549 KBMar 28, 2024
AI Summary
The document outlines a government procurement solicitation for Proliferated Low Earth Orbit (PLEO) Satellite-Based Services, intended for the Department of Defense (DoD) and other governmental agencies, with a maximum contract ceiling of $900 million over a potential ten-year period, including a five-year base period and a five-year option. It specifies requirements for contractors, including service delivery expectations, travel pricing, information security protocols, and compliance with federal regulations, while emphasizing the necessity for contractor personnel to possess adequate security clearances. Additionally, the document highlights the performance standards, various service types, and the importance of maintaining supply chain integrity and cybersecurity measures throughout the contract's duration.
Attachment 1 DD254.pdf
PDF72 KBMar 28, 2024
AI Summary
The text provides a temporary message indicating that the proper contents of a PDF document are not currently visible. It suggests upgrading to the latest version of Adobe Reader for better compatibility and offers links for further assistance. Additionally, it mentions trademarks related to Windows, Mac, and Linux.
Attachment 2 Questions and Answer Template.xlsx
Excel18 KBMar 28, 2024
AI Summary
The document is a template for questions and answers related to Solicitation HC101324R0001, designed for official use only. It includes a table format for documenting questions and comments but contains no filled entries. The template is intended to facilitate communication and clarify any inquiries regarding the solicitation.
Attachment 3 Pricing Spreadsheet Template.xlsx
Excel87 KBMar 28, 2024
AI Summary
The document provides detailed instructions for offerors submitting proposals related to various Proliferated Low Earth Orbit (PLEO) services, emphasizing compliance with Service Level Agreements (SLAs) and providing precise pricing for each contract year. Offerors are required to include operational dates, distinguish between owned and leased equipment, and utilize specific escalation factors from recognized indices in their pricing models. Additionally, various PLEO service packages and their corresponding operational details, including service availability and related equipment, are outlined for clarity in the proposal submissions.
Attachment 4 Requirements Traceability Matrix.xlsx
Excel33 KBMar 28, 2024
AI Summary
The document outlines a series of requirements for a contractor involved in providing end-to-end PLEO services, emphasizing the need for defined partnerships, regulatory compliance, and service level agreements (SLAs). It also specifies operational, customer-specific services, real-time monitoring capabilities, and rigorous reporting and training protocols. Additionally, the contractor is responsible for maintaining security compliance and managing risk, while ensuring that all personnel meet stringent security clearances.
Attachment 5 SLA Template.docx
Word26 KBMar 28, 2024
AI Summary
The Service Level Agreement (SLA) template is designed for the CSCO PLEO IDIQ Contract, ensuring compliance with the Performance Work Statement while allowing contractors to detail their services. It includes sections for service naming, summarization, definition, performance parameters with measurement methods, management strategies, and remedies for performance failures. Any modifications to the standard contract terms are not permitted within the SLA.
Attachment 6 QASP.docx
Word65 KBMar 28, 2024
AI Summary
The Quality Assurance Surveillance Plan (QASP) for the Multiple Award Indefinite Delivery, Indefinite Quantity (IDIQ) Contract for Proliferated Low Earth Orbit (PLEO) Satellite-Based Services outlines the evaluation and monitoring processes for contractor performance. It details roles and responsibilities of various personnel, including the Contracting Officer Representative (COR) and contracting officers, while specifying performance standards, methods of surveillance, acceptable quality levels, and documentation procedures. The QASP is designed to ensure continuous oversight and compliance with contract requirements, adjusting as necessary throughout the contract's duration.
Attachment 7 Subcontracting Plan Checklist.docx
Word45 KBMar 28, 2024
AI Summary
The document outlines the requirements and elements that must be included in a subcontracting plan for small business participation in federal contracts, including detailed percentages and dollar amounts for various categories of small businesses. It includes a checklist for compliance with regulations from the Federal Acquisition Regulation (FAR) and the Defense Federal Acquisition Regulation Supplement (DFARS), along with instructions for submitting and reviewing the plan. Additionally, the document provides a rating system to evaluate the acceptability of the subcontracting plan based on the commitment to utilizing small business subcontractors.
Attachment 8 Nondisclosure Agreement - NDA.pdf
PDF180 KBMar 28, 2024
AI Summary
The Defense Information Systems Agency Non-Disclosure Agreement outlines the responsibilities of contractor personnel regarding the handling of sensitive information obtained during their contract work, emphasizing strict confidentiality and legal consequences for unauthorized disclosure. Contractors must return all proprietary information upon contract completion and remain bound by these obligations even after ending their assignment. Exceptions for disclosures to Congress or for legal compliance are specified, along with references to existing laws and regulations that reinforce these confidentiality obligations.
Attachment 9 COMSATCOM Information Assurance Questionnaire (CIAQ) Template.xlsx
Excel40 KBMar 28, 2024
AI Summary
The document outlines an Information Assurance Questionnaire related to space systems, listing numerous security controls and protocols necessary for compliance. It highlights requirements for tracking, telemetry, incident response, access control, audit events, and personnel security, emphasizing the importance of risk assessments and configuration management. The questionnaire also includes vendor response evaluations and identifies findings related to security measures, training, and accountability.
Attachment 10 Assumptions and Deviations.docx
Word23 KBMar 28, 2024
AI Summary
The document outlines the requirement for offerors to identify any assumptions or deviations in their proposals, stating that those not included in Attachment 10 will be rejected by the Government. Additionally, it emphasizes the Government's authority to accept or reject any listed assumptions or deviations. A table is provided for offerors to fill in their specific assumptions and deviations related to the RFP reference.
Attachment 2 Questions and Answer_01_20240206.xlsx
Excel21 KBApr 17, 2024
AI Summary
The document consists of a Q&A template related to solicitation HC101324R0001, addressing various inquiries from offerors about the proposal submission process, including differences in RFPs, due dates, required documents, and submission formats. Several questions seek clarification on specific attachments, evaluation processes, and the timing of awards. It also highlights important references within the RFP for further guidance on requirements and procedures.
Attachment 2 Questions and Answer Template.xlsx
Excel18 KBApr 17, 2024
AI Summary
This document serves as an official template for submitting questions and comments related to Solicitation HC101324R0001. It includes a formatted table for users to input their inquiries and is labeled as "FOR OFFICIAL USE ONLY."
Attachment 8 Nondisclosure Agreement - NDA.pdf
PDF180 KBApr 17, 2024
AI Summary
The Defense Information Systems Agency Non-Disclosure Agreement outlines the responsibilities of contractor personnel regarding sensitive and proprietary information accessed during their assignment. Contractors must agree not to disclose confidential information and utilize it only for contract purposes, with ongoing obligations extending beyond contract termination. Violations may lead to administrative, civil, or criminal sanctions, and the agreement includes provisions for lawful disclosures to Congress and authorized officials.
RFP - HC101324R0001.pdf
PDF2549 KBApr 17, 2024
AI Summary
The document outlines a Multiple Award Indefinite Delivery, Indefinite Quantity (IDIQ) contract for Proliferated Low Earth Orbit (PLEO) Satellite-Based Services, which includes a maximum contract ceiling of $900 million with a minimum guarantee of $2,000 per contractor. It details various service offerings, contract obligations, and security requirements, along with guidelines for operational support, travel reimbursements, and performance metrics including SLAs and reporting requirements. The contract also stipulates provisions on subcontracting, supply chain risks, and compliance with federal regulations, ensuring that sensitive information is protected while providing satellite communications support to various government departments and international partners.
Attachment 7 Subcontracting Plan Checklist.docx
Word45 KBApr 17, 2024
AI Summary
The document outlines a subcontracting plan checklist that contractors must fill out, detailing required elements according to FAR 52.219-9, including goals for small and disadvantaged businesses, methods for developing these goals, and compliance assurances. It specifies performance monitoring, reporting requirements, and the necessity of aiding small businesses in competing for opportunities. It concludes with a rating system for evaluating the plan's compliance and commitment to small business utilization, alongside signature and review sections for relevant officials.
Attachment 1 DD254.pdf
PDF72 KBApr 17, 2024
AI Summary
The document informs users that if a message appears requesting them to wait, it may indicate that their PDF viewer is unable to display the document's contents. It suggests upgrading to the latest version of Adobe Reader for optimal performance and provides links for assistance. Additionally, it mentions trademark information for Windows, Mac, and Linux operating systems.
Attachment 5 SLA Template.docx
Word26 KBApr 17, 2024
AI Summary
The Service Level Agreement (SLA) Template is designed for use in the CSCO Proliferated Low Earth Orbit IDIQ Contract, ensuring adherence to the Performance Work Statement without altering the standard government contract terms. It includes sections for service name, summary, definition, performance parameters with measurement methods, service management compliance, and failure remedies for performance shortfalls. Contractors may enhance the SLA with additional details relevant to their specific service offerings.
RFP - HC101324R0001AMD0001pdf.pdf
PDF473 KBApr 17, 2024
AI Summary
This document outlines the first amendment to a solicitation referenced as HC101324R0001, effective December 15, 2023, detailing changes to the proposal submission process, including revised instructions for offerors and administrative updates. Key modifications include an updated deadline for question submissions and a refined structure for proposal organization, emphasizing compliance with formatting and content guidelines. Additionally, the document stipulates that offerors must acknowledge receipt of the amendment and provides specific guidelines on subcontracting plans and organizational conflict of interest mitigation.
240-110-44 Supply Chain Risk Management (SCRM).pdf
PDF244 KBApr 17, 2024
AI Summary
DISA Instruction 240-110-44 establishes the policy for the Defense Information Systems Agency's Enterprise Supply Chain Risk Management (SCRM) Program, detailing roles and responsibilities aimed at protecting mission-critical functions from supply chain vulnerabilities. The document mandates compliance with federal laws and outlines the processes for risk analysis, intelligence assessments, and mitigation efforts necessary to secure information and communications technology within the DoD. Effective from August 26, 2022, it reissues previous guidelines to enhance supply chain security measures.
Attachment 4 Requirements Traceability Matrix.xlsx
Excel33 KBApr 17, 2024
AI Summary
The document outlines various requirements for a contractor's performance under a contract involving PLEO services, including the definition of partnerships, regulatory compliance, and service level agreements (SLAs). Key components specify the provision of operational and trial services, equipment requirements, service availability reporting, incident monitoring, customer support capabilities, and information assurance compliance. Additionally, the contractor must ensure that all personnel meet security requirements and provide detailed plans for service management and supply chain risk mitigation.
Attachment 3 Pricing Spreadsheet Template AMD 02.xlsx
Excel86 KBApr 17, 2024
AI Summary
The document provides detailed instructions for offerors on how to submit proposals for Proliferated Low Earth Orbit (PLEO) services, emphasizing the need for service-level agreements (SLAs), pricing for all contract years, and compliance with specified escalation factors for proposal evaluation. Offerors are instructed to categorize offers by service type, specify additional pricing options, and clarify equipment ownership status, with potential rejection for failure to adhere to established pricing guidelines. Key elements include various service offerings, equipment details, and anticipated rates, along with specific conditions for service availability and usage.
Questions and Answer_01_20240226.xlsx
Excel23 KBApr 17, 2024
AI Summary
The document is a template for questions and answers related to solicitation HC101324R0001, addressing various inquiries about the request for proposals (RFP) such as submission instructions, specific document requirements, and the awards process. Questions range from clarifications on the timing of submissions and document formats to procedural inquiries regarding the evaluation and potential rolling award processes. Specific references are made to attachments and sections of the RFP for precise guidance.
Attachment 10 Assumptions and Deviations.docx
Word23 KBApr 17, 2024
AI Summary
The document outlines the requirement for offerors to identify any assumptions or deviations in their proposals, specifically stating that any unlisted items in Attachment 10 will be rejected by the Government. It emphasizes that the Government has the authority to accept or reject any assumptions or deviations noted in Attachment 10.
Attachment 6 QASP.docx
Word65 KBApr 17, 2024
AI Summary
The Quality Assurance Surveillance Plan (QASP) for the Proliferated Low Earth Orbit (PLEO) Satellite-Based Services outlines the systematic evaluation of contractor performance, detailing the monitoring approach, roles, responsibilities, and documentation processes. It emphasizes the importance of objective oversight and corrective actions to ensure compliance with contractual terms while enabling continuous improvement throughout the contract's life. Key performance standards, inspections, and documentation protocols are established to maintain quality and accountability.
RFP - HC101324R0001AMD0002.pdf
PDF736 KBApr 17, 2024
AI Summary
The document outlines Amendment 0002 to solicitation HC101324R0001, modifying contract terms for Proliferated Low Earth Orbit (PLEO) Satellite-Based Services (SBS). Key updates include revisions to Performance Work Statement (PWS) tasks and pricing spreadsheets, as well as detailed instructions for offer acknowledgment and potential changes to submitted offers. The amendment emphasizes the necessity for contractor compliance with specific performance and reporting standards, effective from April 17, 2024, and extending through the contract period, which begins on July 17, 2028.
Attachment 9 COMSATCOM Information Assurance Questionnaire (CIAQ) Template.xlsx
Excel40 KBApr 17, 2024
AI Summary
The document outlines a comprehensive Information Assurance (IA) questionnaire for space systems used to support national security missions, focusing on various control categories, including access management, incident response, personnel security, physical and environmental security, and risk assessment. It emphasizes stringent protocols for tracking, telemetry, cryptography, and training, as well as guidelines for incident management and system audits to ensure compliance with federal information security standards. Additionally, it details roles and responsibilities for managing and maintaining security protocols, alongside findings and observations relevant to the evaluation of security measures within the organization.
Attachment 2 Questions and Answer_20240417.xlsx
Excel26 KBApr 17, 2024
AI Summary
The document contains a series of questions and comments regarding the solicitation HC101324R0001, focusing on clarifications necessary for proposal submissions, including RFP differences, submission formats, and timelines. Key inquiries seek guidance on the requirements for subcontracting plans, nondisclosure agreements, and the organization of the technical management volume. This Q&A template aims to ensure offerors have a clear understanding of their obligations and the proposal process.
Attachment 3 Pricing Spreadsheet Template.xlsx
Excel87 KBApr 17, 2024
AI Summary
The instructions to offerors outline the requirements for completing the proposal template, emphasizing the importance of including corresponding Service Level Agreements (SLAs) for service offerings, detailed pricing information for multiple program years, and operational dates. Offerors are also required to apply specified escalation factors from designated IHS Markit indices in their pricing proposals, with failure to comply potentially leading to disqualification from the competition. Additionally, the document provides various service options and details related to the Proliferated Low Earth Orbit (PLEO) commercial services and associated equipment.
Attachment 2 Questions and Answer_20231215.xlsx
Excel19 KBApr 17, 2024
AI Summary
The document presents a Questions and Answers template related to Solicitation HC101324R0001, addressing queries about the differences between an awarded contract and a new RFP, clarification on the due dates for questions, proper email subject lines, and the timeline for contract awards. Specific concerns include potential confusion over dates, RFP identifiers, and the evaluation process for proposal submissions. The questions aim to clarify the solicitation process for interested parties.
Attachment 2 Questions and Answer_20240422.xlsx
Excel26 KBApr 23, 2024
AI Summary
The document includes a template for soliciting questions and comments regarding the Request for Proposal (RFP) HC101324R0001, with inquiries addressing clarifications on submission requirements, proposal limits, and document details related to subcontracting plans, nondisclosure agreements, and technical volume organization. Specific questions seek to understand the differences between current and previous RFPs, confirm timelines, and ensure compliance with documentation processes. Additionally, several queries focus on the schedule and methodology for rolling reviews and awards.
Attachment 2 Questions and Answer_20240503.xlsx
Excel27 KBMay 6, 2024
AI Summary
The document is a list of questions and comments regarding solicitation HC101324R0001, addressing various concerns about proposal submission requirements, timelines, and document formats. Key inquiries include differences between the current and previous RFPs, clarity on submission deadlines, and instructions for including specific attachments like the Subcontracting Plan and Nondisclosure Agreement. The document also seeks clarification on page limits for proposals and the evaluation process.
Attachment 2 Questions and Answer_20240529.xlsx
Excel28 KBMay 29, 2024
AI Summary
The document presents a template for questions and answers related to the solicitation HC101324R0001, addressing various inquiries from Offerors about proposal submissions, requirements, and specific instructions for the RFP. Key questions include clarifications about the submission process, formatting of required documents, the scheduling of rolling reviews, and the relationship between the current RFP and past solicitations. Offerors seek guidance on topics such as page limits for proposal sections, submission formats for attachments, and the applicability of certain documents.
Attachment 2 Questions and Answer_20240529.xlsx
Excel28 KBOct 15, 2025
AI Summary
This document, Attachment 2 to Solicitation HC101324R0001, compiles a series of questions and comments from potential offerors regarding a new RFP, likely for a federal government contract. The queries cover various aspects of the solicitation, including clarification on differences between current and previous RFPs, correct identification numbers for Q&A submissions, award timelines (rolling vs. post-submission), and specific instructions for proposal attachments like the Subcontracting Plan Checklist and Nondisclosure Agreement. Offerors also seek guidance on the inclusion of contractual representations, the format for the Requirements Traceability Matrix, and the availability of specific DISA instructional documents. Furthermore, questions address the page limits within the Technical Management Volume and the placement and annotation requirements for Supply Chain Agreements. These questions indicate a need for detailed clarification to ensure compliant and competitive proposals for the government contract.
Attachment 2 Questions and Answer_20240503.xlsx
Excel27 KBOct 15, 2025
AI Summary
This document, Attachment 2 to Solicitation HC101324R0001, compiles questions and answers related to a federal government Request for Proposal (RFP). The inquiries cover various aspects of the RFP, including clarification on differences between current and previous solicitations, correct identification numbers for Q&A submissions, deadlines, and award processes (rolling vs. post-submission). Proposers also sought guidance on the submission format for attachments such as the Subcontracting Plan Checklist, Nondisclosure Agreement (NDA), and Requirements Traceability Matrix. Further questions pertained to the scope of required contractual representations and certifications, the availability of specific DISA instructions and procedures for review, and the page limits within the Proposal Organization Table. The document highlights the need for offerors to understand detailed submission requirements, contractual obligations, and government review processes for this solicitation.
Attachment 2 Questions and Answer_20240422.xlsx
Excel26 KBOct 15, 2025
AI Summary
This document, Attachment 2 to Solicitation HC101324R0001, compiles questions and answers related to a federal government Request for Proposal (RFP). The inquiries cover various aspects of the RFP process, including clarification on the difference between current and past solicitations, correct Q&A submission deadlines and subject lines, and the timeline for award decisions (rolling vs. post-submission). Proposers also sought guidance on the submission format for specific attachments like the Subcontracting Plan Checklist, Nondisclosure Agreement (NDA), and Requirements Traceability Matrix. Further questions address the required content for contract representations and certifications, the availability of referenced DISA instructions and internal processes, and the page limitations for proposal volumes. The document highlights the need for clear instructions and consistent information dissemination in government contracting processes.
Attachment 2 Questions and Answer_20240417.xlsx
Excel26 KBOct 15, 2025
AI Summary
This document, Attachment 2 to Solicitation HC101324R0001, compiles questions and answers related to a federal government Request for Proposal (RFP). The inquiries cover various aspects of the RFP, including clarification on the difference between the current and previous solicitations, correct Q&A submission deadlines and subject lines, and the timeline for award decisions (rolling vs. post-submission). Offerors also sought guidance on the submission format for specific attachments like the Subcontracting Plan Checklist, Nondisclosure Agreement (NDA), and Requirements Traceability Matrix. Further questions address the inclusion of contract representations and certifications, the availability of specific DISA instructional documents, and the page limits for the Technical Management Volume. This Q&A aims to clarify ambiguities and provide essential instructions for contractors responding to the RFP.
Attachment 3 Pricing Spreadsheet Template AMD 02.xlsx
Excel86 KBOct 15, 2025
AI Summary
The document outlines instructions for offerors responding to a government RFP for Proliferated Low Earth Orbit (PLEO) Commercial Services. It details requirements for pricing proposals, including the need for corresponding Service Level Agreements (SLAs) for each service, pricing information for all program years (Base Period and Option Period Years), and clear identification of service availability dates. Offerors must distinguish between leased and owned equipment, specifying lease durations if applicable. The file also provides mandatory escalation factors from IHS Markit's indices for telecommunications and wages/salary, to be applied to specific Contract Line Item Numbers (CLINs) across various years. Failure to use these factors may lead to elimination from the competition. The document includes detailed pricing tables for different PLEO services, equipment, and service management, with examples of recurring charges, committed and maximum rates, and special terms and conditions.
RFP - HC101324R0001AMD0002.pdf
PDF736 KBOct 15, 2025
AI Summary
This document, Amendment of Solicitation/Modification of Contract SBS0035R02, details changes to a federal government solicitation for Proliferated Low Earth Orbit (PLEO) Satellite-Based Services (SBS). The amendment revises sections of the Performance Work Statement (PWS) and Attachment 3 Pricing Spreadsheet, updating references for weekly order updates and service activation plans, and removing PWS items from CLIN 0007. The solicitation, identified by HC101324R0001, was originally dated November 22, 2023, with this amendment effective April 17, 2024. The overall objective is to provide worldwide, low-latency PLEO services and capabilities to Department of Defense (DoD) mission partners through a multiple award Indefinite Delivery/Indefinite Quantity (IDIQ) contract. The PWS outlines various tasks, including operational packaged and customer-specific PLEO services, initial limited-use services, equipment provision, and extensive reporting and service management requirements. Key deliverables include weekly order updates, monthly status reports, quarterly usage reports, and plans for system architecture, service activation, communications and escalation, information assurance, and service management. The performance standards and acceptable quality levels for these deliverables are also specified, emphasizing timely and accurate reporting, equipment shipment, and customer support.
Questions and Answer_01_20240226.xlsx
Excel23 KBOct 15, 2025
AI Summary
This document, Attachment 2 to Solicitation HC101324R0001, compiles a series of questions and comments from potential offerors regarding a federal government RFP. The inquiries cover critical aspects of the solicitation process, including clarification on differences between current and previous RFPs, correct Q&A submission deadlines and email subject lines, and the timeline for award decisions (rolling vs. post-submission). Offerors also sought guidance on the submission format for specific attachments like the Subcontracting Plan Checklist and Nondisclosure Agreement (NDA), and the inclusion of various sections from the RFP in their proposals. Further questions addressed the acceptable format for the Requirements Traceability Matrix, the schedule for rolling reviews and awards, and the availability of specific DISA instructional documents related to Supply Chain Risk Management. Finally, clarification was requested on page limits for proposal volumes and the appropriate placement and annotation for Supply Chain Agreements. The document reflects common areas of confusion and the need for detailed instructions in complex government solicitations.
240-110-44 Supply Chain Risk Management (SCRM).pdf
PDF244 KBOct 15, 2025
AI Summary
The DISA Instruction 240-110-44 establishes the Defense Information Systems Agency's (DISA) Enterprise Supply Chain Risk Management (SCRM) Program. This policy aims to protect DISA's mission-critical functions by minimizing supply chain risks to Department of Defense (DoD) information and communications technology (ICT) and critical infrastructure. It outlines roles and responsibilities for risk analysis, intelligence assessments, mitigation, monitoring, reporting, and notification, ensuring systems are protected from vulnerabilities, sabotage, or subversion. All DISA acquisition-related activities must comply with the SCRM Program instructions, undergoing criticality analysis, due diligence assessments, threat analysis, and risk assessments. Key stakeholders, including the Operations and Infrastructure Center, Cyberspace Operations Directorate Executive, and the SCRM Review Board, are assigned specific duties to manage and adjudicate SCRM findings and implement mitigation strategies across the Agency.
Attachment 2 Questions and Answer_01_20240206.xlsx
Excel21 KBOct 15, 2025
AI Summary
This document, Attachment 2 to Solicitation HC101324R0001, compiles questions and answers related to a federal government Request for Proposal (RFP). The questions cover various aspects of the solicitation, including clarification on differences between current and past RFPs, correct dates and identification numbers for submissions, award timelines (rolling vs. post-submission), and specific instructions for submitting attachments like the Subcontracting Plan Checklist and Nondisclosure Agreement. Offerors also sought guidance on the inclusion of contract representations and certifications, the format for the Requirements Traceability Matrix, and the government's process for rolling reviews and awards. Additionally, there were inquiries about the availability of specific DISA instructional documents related to Supply Chain Risk Management. The document clarifies procedural and submission requirements for potential contractors responding to the RFP.
Attachment 2 Questions and Answer_20231215.xlsx
Excel19 KBOct 15, 2025
AI Summary
The document, "ATTACHMENT 2 - QUESTION and ANSWERS TEMPLATE" for Solicitation HC101324R0001, compiles a series of clarifying questions from potential contractors regarding a government RFP. Key inquiries include distinguishing between a recently awarded contract (October) and the new RFP (November 22, 2023), confirming the correct Q&A due date (questioning October 5, 2022, and suggesting a 2024 date), identifying the accurate RFP identification number for Q&A submissions (HC101324R0001 versus HC1028-22-R-0005), and understanding the award timeline (whether all awards are made after the May submission or on a rolling basis). These questions highlight common ambiguities and critical details within government solicitations that require clarification for accurate proposal submission.
RFP - HC101324R0001AMD0001pdf.pdf
PDF473 KBOct 15, 2025
AI Summary
This government solicitation amendment (SBS0035R02) for RFP HC101324R0001 updates instructions for offerors regarding the PLEO suite of contracts, which aims to provide global internet coverage for military and federal agencies. Key changes include extending the question submission deadline to May 1, 2024, at 12:00 PM CST, and modifying the email subject line for questions. It also distributes an updated Attachment 2 Questions and Answer_20231215. The document outlines proposal submission requirements, including organization, page limits, font sizes, and the use of non-government evaluators. It details the four-volume proposal structure (Executive Summary, Technical/Management Approach, Cost/Price, and Contract Volume) and emphasizes the importance of a clear, concise, and compliant submission. Requirements for small business subcontracting plans and Organizational and Consultant Conflict of Interest (OCCI) mitigation plans are also specified.
RFP - HC101324R0001.pdf
PDF2549 KBOct 15, 2025
AI Summary
This government solicitation, HC101324R0001, outlines a Multiple Award Indefinite Delivery/Indefinite Quantity (ID/IQ) contract for Proliferated Low Earth Orbit (PLEO) Satellite-Based Services (SBS). The contract, issued by DISA/DITCO-SCOTT-PL82, has a maximum ceiling of $900 million and a minimum guarantee of $2,000 per contractor over a 5-year base period and a 5-year option. It seeks to provide worldwide, low-latency PLEO services and equipment to various DoD, federal, and international partners. The scope includes operational packaged and customer-specific PLEO services, optional initial limited-use services, and associated equipment, training, and service management. Key requirements include comprehensive reporting on system architecture, usage, service availability, and faults. Contractors must comply with stringent information assurance, supply chain risk management, and cyber threat security policies, including the use of government-approved equipment for network access. The solicitation emphasizes the critical need for resilient space-based capabilities for national security.
Attachment 1 DD254.pdf
PDF72 KBOct 15, 2025
AI Summary
The provided government file indicates that the document content could not be displayed. It advises the user to upgrade their PDF viewer to the latest version of Adobe Reader for Windows, Mac, or Linux, providing links for download and further assistance. The file also includes trademark information for Windows, Mac, and Linux. This suggests the original intent of the file was to present information, likely related to government RFPs, federal grants, or state/local RFPs, but the content is inaccessible due to a technical display issue.
Attachment 2 Questions and Answer Template.xlsx
Excel18 KBOct 15, 2025
AI Summary
The document,
Attachment 3 Pricing Spreadsheet Template.xlsx
Excel87 KBOct 15, 2025
AI Summary
This document outlines instructions for offerors responding to a government RFP for Proliferated Low Earth Orbit (PLEO) Commercial Services, including operational packaged and customer-specific services, initial limited use services, equipment, and service management. Offerors must provide pricing for all program years (Base Period Years and Option Period Years) across different tabs, ensuring each service offering has a corresponding Service Level Agreement (SLA). Pricing must include service availability dates and distinguish between leased and owned equipment, specifying lease durations. The document mandates the use of specific escalation factors from IHS Markit's indices for telecommunications and employment costs for particular Contract Line Item Numbers (CLINs), with failure to comply potentially leading to elimination from the competition. It provides detailed pricing tables with recurring charges, committed and maximum delivery rates, and consumption overage charges for various PLEO services and equipment, along with special terms and conditions.
Attachment 4 Requirements Traceability Matrix.xlsx
Excel33 KBOct 15, 2025
AI Summary
The document outlines the requirements for contractors providing PLEO (Proliferated Low Earth Orbit) services to the government, encompassing operational, customer-specific, and initial limited-use services. Key requirements include defining partnerships, providing regulatory filings, furnishing packaged services with SLAs, and making new services available within 36 months of contract award. For customer-specific services, trial capabilities and equipment availability are mandated, with initial limited-use services active within 12 months. The contractor must provide system architecture briefings, near real-time usage and fault reporting, and an online account management tool. Monthly and quarterly reports on service activation, availability, and overall status are required, along with strict adherence to IA policies and incident reporting. The contract also specifies 24/7 help desk support, field service representatives, training, and detailed plans for service activation, communications, and escalation. Compliance with security regulations, including personnel citizenship, background checks, and protection of classified information, is paramount. Additionally, contractors must identify potential conflicts of interest and provide a Supply Chain Risk Management plan.
Attachment 5 SLA Template.docx
Word26 KBOct 15, 2025
AI Summary
The Service Level Agreement (SLA) Template is designed for the Commercial Satellite Communications Office (CSCO) Proliferated Low Earth Orbit (PLEO) Indefinite Quantity (IDIQ) Contract. Its primary purpose is to ensure that all SLAs meet the minimum requirements outlined in the Performance Work Statement (PWS) of the IDIQ contract without modifying or interfering with government contract terms. The template mandates sections such as Service Name, Service Summary, Service Definition, Service Performance (including geographic coverage, capacity, availability, responsiveness, and specific service parameters), Service Management (compliance with IDIQ PWS Task 5 and 6), and Failure Remedies for unmet commitments. Contractors may add additional sections like security. This document is crucial for establishing clear performance expectations and remedies within government satellite communication contracts.
Attachment 6 QASP.docx
Word65 KBOct 15, 2025
AI Summary
The Quality Assurance Surveillance Plan (QASP) for Proliferated Low Earth Orbit (PLEO) Satellite-Based Services outlines the Department of Defense's framework for evaluating contractor performance. This living document details what, how, and by whom monitoring will be conducted, emphasizing the contractor's responsibility for quality control. Key roles include the Program/Project Manager, Contracting Officer, Contracting Officer's Representative (COR), and Quality Assurance Program Coordinator (QAPC), each with specific oversight and documentation duties. Surveillance methods combine random sampling, 100% inspection, and customer input to assess performance against defined standards and acceptable quality levels (AQLs) for various services like weekly updates, equipment shipments, NetOps monitoring, and fault reporting. The QASP also specifies procedures for documenting acceptable and unacceptable performance, including Corrective Action Reports (CARs) for deficiencies, and outlines remedies for non-compliance. This plan ensures rigorous oversight and continuous improvement throughout the contract lifecycle, aligning with federal acquisition regulations.
Attachment 7 Subcontracting Plan Checklist.docx
Word45 KBOct 15, 2025
AI Summary
The DISA Subcontracting Plan Checklist is a crucial document for offerors to ensure compliance with federal subcontracting regulations, specifically FAR 52.219-9. This checklist details required elements for subcontracting plans, including specific percentages and dollar amounts for various small business categories such as Small Business, Small Disadvantaged Business, Women-Owned Small Business, HUBZone Small Business, Veteran-Owned Small Business, and Service-Disabled Veteran-Owned Small Business, across different contract periods. It also mandates statements and assurances regarding the administration of the subcontracting program, methods for developing goals and identifying sources, efforts to ensure equitable opportunities for small businesses, and commitments to reporting and record-keeping requirements. The document outlines responsibilities for tracking subcontracting achievements through systems like eSRS and emphasizes timely payments to small business subcontractors. The checklist includes sections for review and approval by the PSD Contracting Officer, DISA Office of Small Business Programs, and SBA (PCR), classifying plans as "Acceptable" or "Unacceptable" based on compliance with FAR 19.704 and FAR Clause 52.219-9 and the realism of proposed goals.
Attachment 8 Nondisclosure Agreement - NDA.pdf
PDF180 KBOct 15, 2025
AI Summary
The Defense Information Systems Agency (DISA) requires contractor personnel to sign a Non-Disclosure Agreement (NDA) to protect sensitive and proprietary information. This agreement prohibits the disclosure of planning, programming, budgeting system information; contractor bid or proposal information; Freedom of Information Act-exempt data (including trade secrets); personally-identifiable or protected health information; and other Confidential or For Official Use Only (FOUO) sensitive information. Signatories must use this information solely for contract performance and are barred from using it for personal gain or competitive advantage. The NDA's obligations remain even after contract termination or completion until the information is publicly released by the U.S. Government. Violations can lead to administrative, civil, and criminal sanctions, including removal from the contract. The agreement clarifies that it does not restrict disclosures to Congress, authorized executive agency officials, or the Department of Justice for reporting legal violations, nor does it supersede existing whistleblower protections or other confidentiality agreements with the U.S. Government.
Attachment 9 COMSATCOM Information Assurance Questionnaire (CIAQ) Template.xlsx
Excel40 KBOct 15, 2025
AI Summary
The Commercial Satellite Communications (COMSATCOM) Information Assurance Questionnaire (CIAQ) is a government document designed to assess the security posture of commercial satellite communication systems. It covers a broad range of information assurance and cybersecurity concerns, including the connectivity and separation of Tracking, Telemetry, and Control (TT&C) networks, the use of classified networks, and the need for steerable beams. The questionnaire details stringent requirements across various domains such as access control, awareness and training, audit and accountability, security assessments, configuration management, contingency planning, incident response, maintenance, physical and environmental protection, personnel security, risk assessment, system service and acquisition, system and communications protection, and system and information integrity. It emphasizes compliance with standards like CNSS Policy 12 and NIST Special Publication 800-53, Rev 4, focusing on encryption, secure voice/data, interference identification, personnel security clearances, and robust security controls for all aspects of satellite operations and ground support.
Attachment 10 Assumptions and Deviations.docx
Word23 KBOct 15, 2025
AI Summary
The document "Attachment 10 Assumptions and Deviations" outlines the crucial role of this attachment within government RFPs. It states that all assumptions or deviations proposed by an offeror must be explicitly identified in Attachment 10. The government explicitly reserves the right to reject any assumptions or deviations not included in this attachment, and any not listed will not become part of the resulting contract. Furthermore, the government retains the discretion to accept or reject any assumptions or deviations that are annotated within Attachment 10. This document serves to establish clear guidelines for offerors to present any necessary assumptions or deviations, ensuring transparency and control for the government in the contracting process.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedNov 22, 2023
amendedAmendment #1· Description UpdatedNov 27, 2023
amendedAmendment #2Dec 15, 2023
amendedAmendment #3Feb 7, 2024
amendedAmendment #4Feb 7, 2024
amendedAmendment #5Feb 26, 2024
amendedAmendment #6· Description UpdatedApr 17, 2024
amendedAmendment #7Apr 23, 2024
amendedAmendment #8May 6, 2024
amendedAmendment #9May 29, 2024
amendedLatest Amendment· Description UpdatedOct 14, 2025
deadlineResponse DeadlineMay 31, 2024
expiryArchive DateOct 15, 2025

Agency Information

Department
DEPT OF DEFENSE
Sub-Tier
DEFENSE INFORMATION SYSTEMS AGENCY (DISA)
Office
TELECOMMUNICATIONS DIVISION- HC1013

Point of Contact

Name
Dean Leroy Cravens

Place of Performance

UNITED STATES

Official Sources