Peterson SFB Education Center IT Support Services
ID: FA251725Q0072Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA2517 21 CONS BLDG 350PETERSON SFB, CO, 80914-1117, USA

NAICS

Other Computer Related Services (541519)

PSC

IT and Telecom - End User: Help Desk;Tier 1-2,Workspace,Print,Output,Productivity Tools (HW/Perp SW) (7E20)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for IT support services at the Peterson Space Force Base Education and Training Center in Colorado. The contractor will provide non-personal services, including personnel and supervision, to support the voluntary education program, managing hardware and software systems for approximately 200 computers and related peripherals. This opportunity is a total small business set-aside under NAICS code 541519, with a contract term consisting of a base year and four option years, extending to September 2030. Interested parties must submit their quotes by August 18, 2025, at 12:00 P.M. Mountain Time, and can direct inquiries to Jessica Wright at jessica.wright.10@spaceforce.mil or Victor Mendoza at victor.mendoza.9@spaceforce.mil.

    Files
    Title
    Posted
    This Performance Work Statement (PWS) outlines the requirements for Computer/Information Technology Support services for the Department of the Air Force's voluntary education program at Peterson Space Force Base, Colorado. The contractor will provide a part-time specialist to manage hardware and software systems for approximately 200 computers, servers, and other peripherals, maintain the education center's web presence, implement mandated software updates, and provide networking support. Key responsibilities include responding to system malfunctions within 24 hours, assisting with equipment turn-in, and developing an IT continuity binder. The contractor's employee must have at least one year of experience, hold a DoD-approved information assurance certification (e.g., A+, Network+, Security+), or a bachelor’s degree in a relevant IT field, and complete 20 hours of continuing education annually. The work schedule is 20 hours per week, Monday through Thursday. The government will provide facilities, telephone services, and office supplies. Security requirements include obtaining a secret security clearance within six months, safeguarding sensitive information, and complying with anti-trafficking regulations. Performance will be evaluated monthly based on response times for malfunctions, update implementation, and critical system support.
    The document, FA251725Q0072, outlines the comprehensive clauses and provisions applicable to a federal government solicitation for commercial products and services. It details various requirements including those related to contracting officer representatives, compensation of former DoD officials, whistleblower rights, antiterrorism awareness training, and safeguarding defense information. Key sections address the "Only One Offer" clause, specifying data submission requirements for single offers, and "Wide Area WorkFlow Payment Instructions," which mandates electronic submission of payment requests and receiving reports via the WAWF system. The document also includes extensive "Offeror Representations and Certifications," covering aspects such as small business status, Buy American Act compliance, foreign trade agreements, and prohibitions on contracting with inverted domestic corporations or entities involved in certain activities with Iran. Additionally, it contains clauses for extending services and the contract term, emphasizing adherence to FAR and DFARS regulations. The overall purpose is to ensure compliance, transparency, and fair practices throughout the acquisition process.
    The document,
    This document is a wage determination for service contracts in El Paso and Teller Counties, Colorado, issued by the U.S. Department of Labor. It outlines minimum wage rates based on Executive Orders 14026 ($17.75/hour) for contracts entered into or renewed after January 30, 2022, and 13658 ($13.30/hour) for contracts awarded between January 1, 2015, and January 29, 2022, not subsequently renewed. The document lists various occupational codes with corresponding hourly rates and details fringe benefits, including health and welfare ($5.55/hour or $5.09/hour if EO 13706 applies), vacation (2-5 weeks based on service), and 11 paid holidays. It also provides guidance on paid sick leave under EO 13706, hazardous pay differentials (4% or 8%), uniform allowances, and the process for conforming unlisted occupations via SF-1444, emphasizing that duties, not job titles, determine classification.
    The U.S. Department of Labor's Wage Determination No. 2015-5417 outlines wage rates and fringe benefits for workers under the Service Contract Act in Colorado, specifically for 2025, stipulating a minimum wage of at least $17.75 per hour for contracts awarded after January 30, 2022, or $13.30 for contracts awarded before that date. The document provides detailed wage rates for various occupations and specifies additional benefits such as paid sick leave, vacation, and holidays. It also explains the processes for classifying new occupations under the contract and the required compliance for uniform costs and hazardous pay.
    The Peterson SFB Education Center IT Q&A document addresses critical aspects of an IT support recompete contract. Key points include on-site work with no remote options, a 14-day transition period for knowledge transfer, and the provision of an initial, annually updated IT asset inventory. The contractor is responsible for setting up commercial computers during technology refreshes. Personnel must be eligible for a Secret clearance, with a preference for contractors already possessing one, and can begin work while clearance is pending if approved. Certification or a degree is sufficient for foundational qualifications, and specific certifications like CompTIA Security+ are accepted. Continuing education is required annually post-award. The incumbent contractor is Calloway & Associates, INC., with the contract active until September 2025. The document also confirms that EO13706 applies, provides updated wage determination and CLIN sheets, and clarifies that resumes are not part of the evaluation process. The anticipated award date is September 1, 2025, with a 30-day onboarding period.
    The Performance Work Statement (PWS) outlines the requirements for non-personal Computer/Information Technology Support services at Peterson Space Force Base, Colorado. The contractor is responsible for providing technical support to the Department of the Air Force’s voluntary education program. Key qualifications for personnel include a minimum of one year of experience with hardware/software, relevant DoD-approved certifications, and a bachelor's degree in a related field. The contractor must perform various duties such as administering over 200 computers, updating web content, implementing software updates, and responding swiftly to IT issues. Work is designated for 24 hours per week with specific performance thresholds established for server administration, IT support, and information security. The contractor is responsible for safeguarding government data, ensuring personnel possess the necessary security clearances, and complying with federal privacy laws. The PWS also specifies the government's obligations to provide necessary equipment and outlines security training requirements. Monthly evaluations will monitor the contractor's performance against the established objectives, emphasizing the importance of high standards in service delivery for military educational services.
    The document is a protected PDF that cannot be accessed due to compatibility issues with the reading software. As a result, important details pertaining to federal government RFPs, federal grants, and state and local RFPs cannot be examined or summarized. Accessing the content requires a compatible PDF reader to view the protected document. Without this access, it is not possible to identify its main topic, key ideas, supporting details, or the overall structure necessary for a comprehensive summary. Thus, the current inability to read the file prevents a summary or analysis from being conducted.
    The Performance Work Statement (PWS) outlines the requirements for Computer/Information Technology Support at Peterson Space Force Base's Education and Training Center. The contractor is tasked with providing non-personal services, including hardware and software administration for approximately 200 computers, networking support, weekly updates for websites and social media, and the maintenance of security systems. The contractor must also ensure all personnel are qualified with DoD-approved certifications in information assurance. Specific duties include system maintenance, support for educational technology, and developing tracking systems for information assets. Work hours are specified as 20 hours per week, with no services on federal holidays. The government will provide necessary facilities and materials, while security requirements include obtaining security clearances for staff. Performance objectives include server administration, IT support, information assurance, and compliance with trafficking laws, evaluated on a monthly basis. This PWS serves to define the scope and expectations of performance for IT support services, relevant to federal contracting standards.
    The document outlines the clauses incorporated by reference in federal RFP (Request for Proposal) FA251725Q0072, which includes essential regulations and requirements for contractors. These clauses cover various topics such as compensation for former Department of Defense officials, whistleblower rights, antiterrorism training, safeguarding defense information, and fair pricing data requirements. Key provisions include guidelines for electronic submission of payment requests, evaluation criteria for commercial products, and representation certifications concerning business types like small and disadvantaged businesses. The government emphasizes compliance with statutes and executive orders, including prohibitions related to contracting with certain foreign entities and requirements regarding telecommunications equipment. The purpose of the document is to ensure that all parties involved in government contracts understand their responsibilities and adhere to established regulations, ultimately promoting transparency and accountability in federal contracting processes. This Request for Proposal is designed to facilitate fair competition and adherence to legal standards throughout the procurement process.
    The document outlines various clauses incorporated by reference for a government Request for Proposal (RFP) FA251725Q0072, detailing requirements for contractors engaged in federal contracts. It includes clauses related to the role of the Contracting Officer's Representative, guidelines for compensation disclosures of former Department of Defense (DoD) officials, and requirements concerning whistleblower rights and cybersecurity compliance. Specific sections address procurement prohibitions regarding telecommunications and services from certain regions, and clauses related to payment submission methods, including the Wide Area Workflow system. Additionally, it emphasizes the importance of participants adhering to standards for small business certifications, representations related to cost or pricing data, and compliance with various regulatory requirements like the Buy American Act. The document serves as a structured guide for potential contractors, emphasizing adherence to existing laws and standards while providing clarity on governmental acquisition practices relevant to federal procurement processes. The overarching goal is to ensure fair competition, adherence to ethical standards, and security in the procurement of goods and services.
    The document outlines the Contract Line Item Numbers (CLIN) structure related to Education Center IT Support Services as part of a federal Request for Proposals (RFP). It details the pricing schedule across multiple fiscal years, specifying hours and quantities for each contract period from September 2025 through September 2030, including base and option years. Key CLINs include a base year at 1,300 hours and subsequent option years, each reflecting the same hour quantity. Additionally, a separate entry identifies a specific category with 650 hours under the CLIN 52.217-8, though costs remain undisclosed. Offerors are instructed to complete specific sections of the price schedule while retaining the original formulas. The overall contract value and total evaluated price are to be calculated, emphasizing transparency and clarity in financial expectations. This document serves as a guideline for bidders to provide a structured price proposal, reflecting the requirements for IT support services in educational contexts during the specified performance periods.
    The document outlines the pricing structure for Education Center IT Support Services as part of a government Request for Proposal (RFP). It specifies the Contract Line Item Numbers (CLIN) for various contract years spanning from 2025 to 2030, with a total of 5 base years and subsequent option years. Each year requires 1,040 hours of service, with incremental options extending for four additional years if the government opts for them. An additional CLIN under section 52.217-8 allows for 520 hours, contributing to the total evaluated price of the contract. The instructions direct offerors to input pricing in specified areas while maintaining the formulas in place. This structured approach emphasizes the government’s procedural requirements for potential service providers, ensuring transparency and adherence to established formats in submitting bids. Overall, the document serves as a critical tool for vendors to accurately present their pricing for IT support services in accordance with the stated Performance Work Statement (PWS) while addressing various contract periods.
    The document is a Wage Determination under the Service Contract Act, specifically Wage Determination No. 2015-5417, revised as of December 23, 2024. It outlines compensation requirements for federal contractors in specific occupations within Colorado's El Paso and Teller counties. It stipulates that contracts awarded after January 30, 2022, must pay a minimum wage of at least $17.75 per hour, while those awarded between January 1, 2015, and January 29, 2022, must pay a minimum of $13.30 unless a higher rate is specified. The document lists hourly wage rates for various occupations, categorizing clerical, automotive, food service, maintenance, health, and technical roles, among others. Additionally, it emphasizes fringe benefits like health and welfare costs, vacation time, holidays, and provisions for paid sick leave for employees on contracts awarded after January 1, 2017. The document also includes information on classifications requiring conformance processes for unlisted job titles. Overall, it serves to ensure fair wages and benefits for workers under federal contracts, enhancing worker protections in compliance with federal regulations.
    The document outlines wage determinations under the Service Contract Act by the U.S. Department of Labor, applicable in Colorado's El Paso and Teller counties. It specifies minimum wage rates tied to Executive Orders 14026 and 13658, requiring contractors to pay workers either $17.75 per hour (for contracts awarded post-January 30, 2022) or $13.30 per hour (for older contracts not renewed afterward) for covered contract work performed in 2025. The file includes detailed wage rates for various occupations, highlighting required fringe benefits such as health and welfare, vacation, and paid holidays. It notes the stipulation for compliance processes when unlisted occupations arise, emphasizing the contractor's responsibility in wage conformance. The purpose of this document is to ensure fair compensation for federal contract workers and adherence to labor laws, particularly in the context of RFPs and grants focusing on public procurement and labor standards. By providing structured guidelines on wages and benefits, the document seeks to protect workers' rights while outlining contractor obligations for federal contracts. It reinforces the significance of compliance with federal wage standards in maintaining equitable work conditions across various occupational categories.
    The Peterson SFB Education Center's IT Q&A document addresses key inquiries related to the IT support contract. It confirms that meeting either foundational qualification criteria (certifications or degrees) suffices for technical acceptability, and no travel or facility security clearance is required for the contractors. All work must be performed onsite without remote support. The contract necessitates supporting specified buildings with an initial government-validated IT asset inventory provided at the start, updated annually. Importantly, the selected contractor will collaborate on technology refreshes and not be required to work during holidays or emergencies. Moreover, while preferred certifications include CompTIA Security+, other certifications outside the outlined requirements won't be accepted. The expected contract award date is September 1, 2025, with a 30-day onboarding period allowed before service commencement. The incumbent contractor, Calloway & Associates, has been in place since September 2021. This Q&A serves to clarify essential operational requirements and expectations for prospective contractors within the context of government RFPs, emphasizing compliance, qualifications, and support logistics needed for effective IT services.
    The Department of the Air Force, through the United States Space Force, is issuing a Request for Quote (RFQ) for IT support services at the Education and Training Center located at Peterson Space Force Base, Colorado. The purpose is to acquire non-personal services to assist the 21st Force Support Squadron. The proposal includes a base year and four optional years of service, starting September 30, 2025. Offerors, exclusively small businesses under the NAICS code 561110, must submit their quotes by August 8, 2025, ensuring compliance with all applicable regulations and standards. The government intends to award a Firm Fixed Price (FFP) contract to the lowest-priced, technically acceptable offeror. Evaluations will focus on technical qualifications and pricing, aiming to ensure fair and reasonable costs while adhering to necessary qualifications for personnel. All communications are restricted post-solicitation until the award announcement, and the government reserves the right to reject any bids. Interested parties must ensure registration in the System for Award Management (SAM) to be considered for the contract. This RFQ is indicative of the government's effort to maintain and improve educational technology support for military personnel.
    The Department of the Air Force, Space Base Delta 1, has issued Solicitation Number FA251725Q0072, Amendment 3, a Request for Quote (RFQ) for Education Center IT Support Services at Peterson Space Force Base, Colorado. This 100% small business set-aside, under NAICS code 541519, seeks non-personal services for Computer/Information Technology Support. Quotes are due by August 13, 2025, 12:00 P.M. Mountain Time. The government intends to award a single Firm Fixed Price (FFP) purchase order based on the Lowest Price Technically Acceptable (LPTA) criteria. The contract includes a base year and four option years, spanning from September 30, 2025, to September 29, 2030. Key evaluation factors include technical acceptability (specifically key personnel qualifications) and price. Offerors must be registered with SAM.gov and complete the provided CLIN Sheet.
    This document is a combined synopsis/solicitation (FA251725Q0072, Amendment 4) from the Department of the Air Force, United States Space Force, for IT support services at the Peterson Space Force Base Education and Training Center in Colorado. The Request for Quote (RFQ) seeks non-personal services for computer/information technology support, including personnel and supervision. The contract will be a Firm Fixed Price (FFP) purchase order, with quotes due by August 18, 2025, at 12:00 P.M. Mountain Time. This is a 100% small business set-aside under NAICS code 541519. The evaluation will use a Lowest Price Technically Acceptable (LPTA) approach, considering technical acceptability (key personnel qualifications) and price. The period of performance includes a base year and four option years, extending to September 2030. Offerors must be registered with SAM.gov and complete the attached CLIN Sheet (Attachment 3).
    The U.S. Space Force’s Space Base Delta 1 has issued a Combined Synopsis/Solicitation (FA251725Q0072) for Education Center IT Support Services at Peterson Space Force Base, Colorado. This solicitation seeks a contractor to provide non-personal IT support services necessary for the Air Force's voluntary education program. Amendments to the solicitation have adjusted work requirements from 24 to 20 hours per week and modified specific terms related to security systems. Proposals must comply with strict requirements, including holding firm pricing for 60 days and meeting all technical qualifications outlined in the Performance Work Statement. The contract will be awarded as a Firm Fixed Price order to the lowest priced technically acceptable offeror. Prospective bidders must ensure registration in the System for Award Management (SAM) and be classified as a small business according to the applicable NAICS code. The submission deadline for quotes is August 8, 2025, with communications about the solicitation limited to designated contacts. This RFQ highlights the Air Force's commitment to leveraging small business capabilities while ensuring comprehensive service delivery at the Education and Training Center.
    The Department of the Air Force is soliciting bids for Education Center IT Support Services at Peterson Space Force Base, Colorado, under solicitation number FA251725Q0072. The deadline for quotes has been updated to 13 August 2025, with changes to quantity requirements and wage determinations. The project involves non-personal services supporting the voluntary education program, requiring compliance with military and federal standards. A Firm Fixed Price contract will be awarded to the lowest-priced, technically acceptable offeror. The solicitation is 100% set aside for small businesses under the NAICS code 541519, with a size standard of $34.0M. Proposals must follow a particular format, including a cover letter and technical acceptability assessment, with stringent evaluation criteria focusing on technical qualifications and pricing. The performance period includes a base year and four option years. Communication with the department is limited to designated contracting officials until the award announcement, and questions must be submitted by 30 July 2025. This request presents an opportunity for small businesses to engage in government contracting while contributing to the Air Force's educational initiatives.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Peterson SFB Wifi Services
    Buyer not available
    The Department of Defense, through the 21st Contracting Squadron, is seeking qualified vendors to establish Blanket Purchase Agreements (BPAs) for commercial internet and WiFi services at Peterson Space Force Base in Colorado. The procurement aims to secure reliable and responsive internet services, requiring contractors to demonstrate technical capabilities in installation, maintenance, and troubleshooting, while adhering to specific operational standards and response times for outages. This initiative is critical for maintaining effective communication and operational efficiency at the base. Interested vendors must respond by August 16, 2029, and can direct inquiries to Contracting Officer Jake Hluska via email, with the relevant NAICS code being 517112 for wireless telecommunications carriers.
    Commercial Lodging BPA - Peterson SFB
    Buyer not available
    The Department of Defense, through the 21st Contracting Squadron, is seeking qualified small businesses to provide commercial lodging services under a Blanket Purchase Agreement (BPA) for personnel stationed at Peterson Space Force Base in Colorado. The contractor will be responsible for supplying single and double occupancy hotel or motel rooms within ten miles of the base, ensuring compliance with specified performance standards, including security, cleanliness, and accessibility. This procurement is vital for accommodating military personnel, particularly Air Reserve Airmen, during their assignments, with the BPA set to remain open for responses until November 25, 2029. Interested vendors should contact Tiffany Harley at tiffany.harley.2@spaceforce.mil or Joseph Willard at joseph.willard@us.af.mil for further details.
    Operational Test and Training Infrastructure (OTTI) Commercial Solutions Opening (CSO)
    Buyer not available
    The United States Space Force (USSF) is issuing a Commercial Solutions Opening (CSO) for the Operational Test and Training Infrastructure (OTTI), seeking innovative solutions for space test, training, exercises, and related infrastructure. The procurement aims to acquire advanced commercial products and technologies, particularly focusing on specific Areas of Interest (AOIs) such as Continuous Fitness Assessment, Multirole Satellite Frequency In-field Test Suite, and enhancements to the National Space Test and Training Complex. This initiative is critical for enhancing the capabilities of military Guardians and ensuring effective training and operational readiness. Interested offerors must submit their proposals by the extended deadline of December 5, 2025, and can direct inquiries to Capt Megan McChrystal at megan.mcchrystal@spaceforce.mil or Crystal Price at crystal.price.6@spaceforce.mil.
    Catholic Priest Services
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide Catholic Priest Services at Space Base Delta 1 (SBD 1) in Colorado Springs, Colorado. The contractor will be responsible for presiding over Catholic liturgical activities, managing programs, and providing pastoral care for the Catholic community, as outlined in the Performance Work Statement (PWS). This opportunity is a total small business set-aside under NAICS code 813110, with a contract structure that includes a base year, four option years, and a six-month extension. Interested offerors must submit their quotations by January 31, 2026, and direct any inquiries to Nicole Harden at nicole.harden.1@spaceforce.mil or Samuel Souil at samuel.souil@spaceforce.mil.
    RELAY GROUND STATION - SOUTH (RGS-S) ANTENNA
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the Design-Build contract to construct the Relay Ground Station - South (RGS-S) Antenna at Schriever Space Force Base in Colorado. This project aims to provide essential facilities and infrastructure to support the Space Force's operations, including concrete pads, antenna foundations, utilities, and backup systems, all within a restricted area. The contract is a total small business set-aside under NAICS code 237130, with an estimated construction magnitude between $10 million and $25 million. Proposals are due by December 9, 2025, and must be submitted electronically via the PIEE system; interested parties can direct inquiries to Brian Reynolds at brian.reynolds@usace.army.mil or Monica A. McKensey at monica.a.mckensey@usace.army.mil.
    DelTV ThinkLogical
    Buyer not available
    The Department of Defense, specifically the 21st Contracting Squadron at Peterson Space Force Base, is conducting a sources sought notice to gather information from potential providers of ThinkLogical DelTV products. The procurement aims to assess market capabilities for various modular chassis and transmitter modules, totaling 22 units, which are essential for enhancing operational capabilities within the Air Force. Interested vendors are requested to provide details on delivery timelines, alternative NAICS codes, contract vehicle information, warranty specifics, and company certifications by December 11, 2024. Responses should be directed to the designated contacts, Aaron Smith and Amanda Davidson, via the provided email addresses.
    COMBINED SYNOPSIS/SOLICIATION FOR NON-PERSONAL COMMERCIAL LODGING WITHIN A TEN (10) MILE RADIUS FROM PETERSON SPACE FORCE BASE, COLORADO
    Buyer not available
    The Department of Defense is seeking non-personal lodging services within a ten-mile radius from Peterson Air Force Base in Colorado. This requirement is set-aside for Small Businesses (SB) only and aims to award multiple Blanket Purchase Agreements (BPAs) for commercial lodging services. The lodging services should be able to meet the requirements defined in the Statement of Work (SOW), including the ability to block off rooms for reservation within the approved GSA Per Diem Rates that are Tax Exempt. The awarded BPAs will have a five-year period of performance with a minimum order value of $1.00 up to a ceiling of $500,000.00. Contractors interested in this opportunity should submit a capability statement demonstrating their aptitude and capability to meet all the requirements. The capability statement should include the contractor's name, physical address, point of contact information, verification of SAM Registration and/or DUNs/Cage Numbers, and a small business identification and size capability statement. The awarded BPAs will incorporate all the terms and conditions defined in the solicitation. This opportunity will be open for five years to allow for additional contractors/companies to be considered for award of a BPA. Interested contractors should submit their capability statement to the Contract Specialist and Contracting Officer listed in the document.
    SENTINEL AIR EDUCATION TRAINING COMMAND FORMAL TRAINING UNIT (AETC FTU)
    Buyer not available
    The Department of Defense, through the Department of the Army, is soliciting proposals for the construction of the Sentinel Air Education Training Command Formal Training Unit (AETC FTU) at Vandenberg Space Force Base in California. This project involves the construction of a 16,489 square meter (177,490 square feet) training facility designed to support Sentinel training for maintenance and operations, integrating student instruction and lab curriculum to enhance collaboration and reduce transit times between venues. The estimated contract value ranges from $100 million to $250 million, with a project duration of 1,000 calendar days, and it is issued as an unrestricted full and open competition. Interested parties can contact Raj Cooper at raj.cooper@usace.army.mil or by phone at 213-452-3168 for further details.
    Space, High-Performance & Resilient Computing SHREC Memberships CY 2026-2030. Amendment 1
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for memberships in the Center for Space, High-Performance & Resilient Computing (SHREC) for the calendar years 2026-2030. The government aims to purchase one or multiple memberships, with the flexibility to award contracts for either single or multiple years based on funding availability and eligible offeror responses. This initiative is crucial for fostering research and development collaborations in space and high-performance computing, leveraging partnerships with major universities and industry stakeholders. Interested offerors must submit their proposals, including cost estimates and technical summaries, by December 8, 2025, via the DoD Secure Access File Exchange, with key contacts for inquiries provided in the solicitation documents.
    Tools, Applications, and Processing (TAP) Laboratory and Overhead Persistent Infrared (OPIR) Battlespace Awareness Center (OBAC) Support Services Transition Out Scope Add
    Buyer not available
    The Department of Defense, through the United States Space Force Space Systems Command (SSC), is preparing to issue a solicitation for Tools, Applications, and Processing (TAP) Laboratory and Overhead Persistent Infrared (OPIR) Battlespace Awareness Center (OBAC) Support Services Transition Out Services. This procurement aims to ensure the uninterrupted continuation of critical support functions, including Development Security Operations, Cybersecurity, Physical Security, and Infrastructure Enhancements, which were not adequately addressed in the original contract. The transition-out phase is essential for transferring these vital activities to the prime BOSS awardee, ensuring effective execution of services. Interested parties may direct inquiries to Capt. Phillip Nguyen at phillip.nguyen.2@spaceforce.mil, with the solicitation expected to be issued no sooner than 15 days following this notice.