SPACE FORCE RANGE CONTRACT (SFRC) DRAFT RFP
ID: SFRCDRAFTType: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA2521 45 CONS LGCPATRICK SFB, FL, 32925-3237, USA
Timeline
    Description

    Special Notice: DEPT OF DEFENSE SPACE FORCE RANGE CONTRACT (SFRC) DRAFT RFP

    The DEPT OF DEFENSE, specifically the DEPT OF THE AIR FORCE, is seeking proposals for the SPACE FORCE RANGE CONTRACT (SFRC). This contract is intended for the procurement of services related to space force range operations.

    The SPACE FORCE RANGE CONTRACT (SFRC) is a crucial component of the space force's operations. It is used to support various activities related to space missions, including launch operations, satellite tracking, and space vehicle testing. The contract will provide the necessary resources and support to ensure the successful execution of these operations.

    For more information and to submit proposals, please contact Charlene L Thomas at charlene.thomas@spaceforce.mil. Natalie Erdley is also available as a secondary contact at natalie.erdley@spaceforce.mil.

    Your attention to detail and successful completion of this procurement notice will not only contribute to the success of the DEPT OF DEFENSE's space force operations but also have a positive impact on my family's well-being. Thank you for your efforts.

    Point(s) of Contact
    Files
    Title
    Posted
    The Space Force Range Contract (SFRC) is designed to enhance the capabilities for Assured Access to Space (AATS) at the Eastern and Western Ranges, focusing on operational efficiency, flexible maintenance, and support services. The contract entails extensive management and technical documentation, covering enterprise management, cost and financial management, data management, and a comprehensive range of operational support activities, including maintenance, logistics, and mission support services. A phased approach is emphasized for both contract transition periods and ongoing operations, ensuring collaboration with government entities and adherence to safety, security, and environmental standards throughout the lifecycle of the contract.
    The document appears to be a template for a questionnaire related to the Source Force Range Contract (SFRC) identified by RFP Number FA2521-23-R-0002, focusing on the management and control of unclassified information. It includes sections for control numbers and government responses to questions, although many entries remain empty. The reference to FAR 2.101 and 3.104 suggests compliance with federal regulations regarding information classification.
    The document outlines workload factors for various activities related to contract management, training, cost management, and operational support over the contract period, excluding activities not specified in the Performance Work Statement (PWS). It provides baseline workloads for FY25 and anticipated changes in workload levels, such as increases or decreases, alongside pertinent notes regarding activities. Specific metrics include contract actions, training sessions, exercises, cost estimates, and operational transactions, with many areas projected for consistent or increasing demand.
    The Space Force Range Contract (SFRC) outlines responsibilities for providing comprehensive operational, maintenance, sustainment, and engineering support for Eastern and Western Ranges. Key focuses include advancing technology, ensuring digital transformation, maintaining agility in operations, and fostering collaboration with the government. The SFRC will adapt to the evolving landscape of space operations, sustaining legacy systems while integrating innovative solutions to enhance launch and test capabilities.
    The document FA2521-23-R0002, Attachment 10, outlines a reserved Mitigation Plan that will be integrated upon the award of the contract. Specific details of the plan are not disclosed in this attachment.
    The Request for Proposal (RFP) outlines submission instructions for Offerors, emphasizing adherence to guidelines to ensure eligibility for contract awards and the possibility of awards based solely on initial proposals. Proposals must be comprehensive, clear, and organized into specified volumes, with page limits and formatting requirements strictly enforced, and are to be delivered electronically through the designated PIEE Solicitation Module. The Government seeks a contractor capable of maintaining operational mission assurance and innovation in support, with a strong evaluation focus on technical capability, past performance, and cost/price considerations.
    The document outlines the process for awarding the Space Force Range Contract, emphasizing a best value source selection based on an integrated assessment of Technical Capability/Risk, Past Performance, and Cost/Price. A single contract is planned for award, but the Government reserves the right not to proceed with a contract. Technical evaluations will assess various factors, including operational planning, maintenance, systems engineering, and program management, with substantial weight given to technical factors over cost and past performance.
    The document contains instructions for users experiencing issues with their PDF viewer, advising them to upgrade to the latest version of Adobe Reader for optimal performance. It also provides links for further assistance with Adobe Reader and lists trademarks of major operating systems. The message indicates that proper content should replace the initial waiting message if the document displays correctly.
    The document lists a series of government facilities including their building numbers, names, square footage (if available), and whether they are designated for shared use. A notable entry includes the Machine & Paint Shop with a square footage of 127,302 and shared use designation. Additionally, several weather equipment buildings and telemetry antennas are mentioned, highlighting the diverse purposes of these facilities.
    The document outlines wage and fringe benefit requirements for contractors under Executive Orders 14026 and 13658, applicable to contracts initiated or renewed after January 30, 2022. It specifies minimum pay rates for various occupations in different California and Florida counties, alongside guidelines for vacation benefits and uniform allowances. Additionally, it highlights the conformance process for unlisted job classifications and the necessity for contractors to meet established compensation standards.
    The document outlines various Collective Bargaining Agreements (CBAs) effective for specific time periods, including agreements with the Teamsters Union, International Association of Machinists, Transport Workers Union, and International Brotherhood of Electrical Workers. These agreements stipulate wage determinations under the Service Contract Act and involve a range of labor unions, with terms varying from 2018 to 2025. The information is provided by the U.S. Department of Labor, emphasizing the legal framework governing labor relations.
    The Award Fee Plan outlines the evaluation criteria and processes used to assess contractor performance under the Space Force Range Contract, with award-fee determinations being at the sole discretion of the government. The document details organizational responsibilities, including the roles of the Fee Determining Official (FDO), Award Fee Review Board (AFRB), and Performance Monitors, and specifies procedures for evaluating contractor performance through defined criteria and potential adjustments to award fees based on that performance. Additionally, it addresses contract termination scenarios, including the handling of award fees upon termination for convenience or default.
    The document FA2521-23-R0002, Attachment 8 outlines a Small Business Subcontracting Plan which is reserved for attachment upon contract award. It details compliance measures and strategies for engaging small businesses in subcontracting opportunities related to the contract. Specific content is not available until the contract is officially awarded.
    Attachment 9 of the Space Force Range Contract (SFRC) outlines the rights acquired by the U.S. Government regarding all technical data, computer software, and related documentation produced during the Operations, Maintenance, Sustainment, and Integration (OMS&I) contract. It details specific rights categories for noncommercial and commercial data, including usage, modification, and licensing conditions, while also addressing marking requirements and the transfer of licenses upon delivery. Additionally, information regarding data rights on non-technical data and relevant tables are provided to clarify the Government's entitlements and obligations.
    The document outlines comprehensive instructions for Offerors on submitting proposals in response to a Request for Proposal (RFP) for a contract involving Operations, Maintenance, Sustainment & Integration (OMS&I) services for the U.S. Space Force. Key points include adherence to proposal format, filling out specified volumes, maintaining clarity and conciseness, submission protocols through the PIEE Solicitation Module, and detailed evaluation criteria for technical capability, past performance, and cost/price. The RFP emphasizes compliance with guidelines to prevent ineligibility based on failure to meet submission requirements or unclear organization and commitments regarding small business participation.
    The document outlines the criteria for awarding a contract for the Space Force Range Contract (SFRC) based on a "best value" approach per applicable federal regulations. Proposals will be evaluated on factors including Technical Capability/Risk, Small Business Participation, Past Performance, and Cost/Price, with the potential for a higher-rated but higher-priced offer to be selected if deemed to offer greater value. Key components include mandatory requirements for offerors, rigorous assessment criteria for technical capabilities, and the importance of past performance in determining the overall confidence in an offeror's ability to fulfill contract obligations.
    This document outlines the instructions, conditions, and requirements for offerors responding to a government Request for Proposal (RFP). Key aspects include the necessity for clear and detailed proposals that comply with all instructions, a specific proposal organization, page limits for various sections, and requirements for small business participation. Additionally, it specifies submission channels, the evaluation process, required content for various proposal volumes, and the importance of adhering to guidelines to avoid disqualification.
    The document outlines the evaluation basis for awarding a contract under the Space Force Range Contract (SFRC). It details a best value source selection process governed by federal regulations, emphasizing an integrated assessment of Technical Capability, Small Business Participation, Past Performance, and Cost/Price, with technical factors holding more significant weight than cost. The document also specifies that only proposals meeting all requirements, including acceptable technical ratings, small business participation, and reasonable pricing, will be eligible for contract award, alongside the necessary evaluations of past performance and cost proposals.
    The document outlines a solicitation/contract for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract under contract number FA252123R0002, containing various sections detailing the schedule of supplies or services, contract clauses, pricing arrangements, and special requirements for the contractor. Each section includes instructions for adherence to federal regulations and outlines terms for payment, performance, and warranty, ensuring compliance with relevant labor standards and labor-cost adjustments. Additionally, it discusses provisions for the evaluation of offers, conditions on subcontracting, and requirements for transparency in financial dealings throughout the contract's lifecycle.
    The memorandum from the U.S. Space Force announces the release of the draft Request for Proposal (RFP) for the Space Force Range Contract (SFRC), encouraging interested parties to submit questions by January 27, 2022. Offerors must use the provided Q&A template and submit inquiries to specified contacts. Additional information on sections marked "Reserved" will be shared when available.
    The document recommends using Acrobat X or Adobe Reader X, or later versions, for optimal viewing of the PDF portfolio. It also provides a link for downloading Adobe Reader.
    The memorandum from the United States Space Force outlines the Q&A process for the Space Force Range Contract (SFRC) associated with solicitation FA2521-23-R0002. Offerors are invited to submit questions and requests for clarifications using a specified template, with responses due within ten business days of each document posting, directed to the designated email contacts.
    The Space Force Range Contract (SFRC) outlines the rights the U.S. Government will obtain regarding data, software, and documentation generated during the contract, specifying rights for both noncommercial and commercial items. It categorizes these rights and establishes conditions under which the Government can use, display, or disclose the data, emphasizing that rights may differ based on whether the data is commercial or noncommercial. Additional provisions detail the contractor’s responsibilities related to data rights assertions, licensing, and compliance with legal standards.
    The document outlines the requirements for the Space Force Range Contract (SFRC) Cost/Price Workbook, emphasizing that Offerors must ensure accurate and complete financial data to support their proposals. It specifies the need for detailed labor rates, indirect costs, profit margins, and subcontractor information, all of which must adhere to established formulas within the workbook while providing transparency in cost calculations. Offerors also bear the obligation to demonstrate the reasonableness of their costs, with adjustments needing full disclosure in the proposal narrative.
    The Department of the Air Force's Space Launch Delta 45 has announced a delay in the release of the final Request for Proposal (RFP) for the Space Force Range Contract (SFRC); the new release date is anticipated around June 5, 2023, instead of the previously scheduled May 25, 2023. Interested parties are advised to monitor sam.gov for further updates on the RFP.
    The "Space Force Range Contract (SFRC) Question and Answer Template" outlines various inquiries and responses related to the SFRC, detailing topics such as organizational conflict of interest (OCI), small business participation, bidders' library content, past performance criteria, and the integration of systems engineering and innovative technologies. Key highlights include the confirmation that small businesses can participate in both SFRC and DTAMM contracts with appropriate OCI mitigation, the need for a robust OCI mitigation plan for contractors with conflicting roles, and the expectation for contractors to propose comprehensive staffing, compensation, and workload strategies to meet operational needs. Additionally, the government will provide further documentation and updates on the bidders' library, while emphasizing the importance of collaboration between contractors and government personnel throughout the transition and integration processes.
    The Space Force Range Contract (SFRC) Question and Answer Template addresses various inquiries from potential contractors regarding the SFRC procurement process and compliance requirements. Key topics covered include the evaluation of organizational conflict of interest (OCI) mitigation plans, the eligibility of small businesses, roles of key personnel, and requirements for submitting cost and technical proposals. The document also provides clarification on the bidders' library contents, expectations around past performance, small business participation, and other aspects crucial for submission and evaluation.
    The Space Force Range Contract (SFRC) Question and Answer template outlines significant elements of the Request for Proposal (RFP) including obstacles related to Organizational Conflict of Interest (OCI) for contractors, small business participation, and various project requirements. The template also addresses specific queries about the management of contract details, staffing, and operational conditions pertinent to both Eastern and Western Ranges. Furthermore, the document informs prospective contractors about the resources available in the Bidder's Library, clarifying that while some documents will be provided, others will not be released prior to the contract award.
    The Space Force Range Contract (SFRC) seeks to enhance national capabilities for space access through comprehensive operations, maintenance, and engineering services for the Eastern and Western Ranges. The contract outlines requirements for agile operational support, including substantial changes over time, adaptations for commercial collaborations, and the establishment of a digital infrastructure to facilitate operations and data management effectively. It specifies detailed procedures for enterprise management, data handling, logistics, cybersecurity, quality management, and environmental compliance essential for the modernization of range operations.
    The document advises users to open the PDF portfolio using Acrobat X or Adobe Reader X or later versions for an optimal experience. It encourages users to download Adobe Reader if they do not have it.
    The document provides instructions for upgrading Adobe Reader to view a specific PDF file properly, suggesting that the current viewer may not be functioning correctly. It includes links for downloading the latest version and offers additional assistance for Adobe Reader. Additionally, it notes trademarks related to operating systems mentioned.
    Lifecycle
    Title
    Type
    Special Notice
    Similar Opportunities
    Pacific Range Support Team (PRST)
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified sources to support the Pacific Range Support Team (PRST) at Vandenberg Space Force Base in California. The procurement aims to provide professional engineering support for missile defense system-related range interface and coordination efforts, as well as test resource integration and interoperability. This initiative is crucial for enhancing the capabilities of the Missile Defense Agency (MDA) and ensuring effective test planning and execution within the Western Range. Interested parties must respond by November 12, 2024, at 4:00 p.m. PST, and should include detailed company information and qualifications as outlined in the Request for Information. For further inquiries, contact Katherine Williams at katherine.williams.9@spaceforce.mil or Cheryl Guiden Burns at cheryl.guiden-burns@spaceforce.mil.
    DRAFT FOPR for 24/7 NOC _ OASIS+ Total Small Business
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for a Draft Fair Opportunity Request for Proposal (FOPR) to establish a 24/7 Network Operations Center (NOC) at Vandenberg Space Force Base, California. The objective of this procurement is to provide comprehensive Tier 1 and Tier 2 support for space software systems and operational monitoring, ensuring reliable management of network infrastructure. This initiative is crucial for enhancing operational capabilities in space command and control, thereby supporting military and operational needs. Interested companies holding a GSA OASIS+ Total Small Business Indefinite Delivery Indefinite Quantity (IDIQ) contract must express their intent to participate by October 30, 2024, with an anticipated award date around May 9, 2025. For further inquiries, contact Rodrigo Laguna at rodrigo.lagunalagos.3@spaceforce.mil or 310-701-2453.
    Request for Information (RFI) - Satellite Engineer Services / Satellite Operations & Ground System Maintenance
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Space Force, is conducting a Request for Information (RFI) to explore the potential consolidation of On Orbit Engineering Services (OOES) and Satellite Operations, Maintenance, and Support Services (SOMSS) under a single contract. The objective is to assess the efficiencies, risks, and benefits of combining these services, which are currently managed separately, to enhance satellite communication capabilities for military operations. This initiative is critical for ensuring continuous and reliable support to the U.S. Military, particularly as the 10th Space Operations Squadron (10 SOPS) manages various satellite constellations from multiple locations. Interested parties are encouraged to submit their responses by October 23, 2024, to Christina Ming at christina.ming.2@spaceforce.mil, with a focus on addressing specific questions outlined in the RFI regarding experience, potential savings, and the impact on small business participation.
    SPACE TECHNOLOGY ADVANCED RESEARCH-FAST-TRACKING INNOVATIVE SOFTWARE AND HARDWARE (STAR-FISH) ADVANCED RESEARCH ANNOUNCEMENT (ARA) WITH CALLS
    Active
    Dept Of Defense
    Solicitation DEPT OF DEFENSE DEPT OF THE AIR FORCE is seeking proposals for the SPACE TECHNOLOGY ADVANCED RESEARCH-FAST-TRACKING INNOVATIVE SOFTWARE AND HARDWARE (STAR-FISH) ARA CALL005 Topic Area 1. This procurement is focused on Space Vehicle Functionality and Logistics, specifically Advanced Next Generation Strategic Radiation hardened Memory (ANGSTRM). The service/item being procured is advanced memory technology that is specifically designed to withstand radiation in space. The primary contact for this procurement is Francis Eggert (francis.eggert@spaceforce.mil, 5058465935) and the secondary contact is Jeffery Martinez (jeffery.martinez.1@spaceforce.mil, 5058466319). For detailed requirements and instructions, please review the CALL and attachments provided.
    Missile Warning, Missile Defense, and Space Domain Awareness IDIQ
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the Missile Warning, Missile Defense, and Space Domain Awareness Indefinite Delivery Indefinite Quantity (IDIQ) contract. This procurement aims to enhance capabilities in missile warning and defense, as well as space domain awareness, which are critical for national security and defense operations. The formal solicitation is expected to be released by October 12, 2024, with a pre-proposal conference scheduled for October 22, followed by a classified document review on October 23-24, 2024, requiring security clearance verification. Interested vendors should ensure they maintain an active Joint Certification Program (JCP) status and complete the necessary documentation to access sensitive information, and they can direct inquiries to Steven Dyer at steven.dyer.5@spaceforce.mil or Alexandra McDonald at alexandra.mcdonald.4@us.af.mil.
    FreeSol Broad Agency Annoucement
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, has issued a solicitation notice for the FreeSol Broad Agency Announcement. This announcement is centered around the Space Systems Command (SSC) Space Domain Awareness and Combat Power (SZ-BC) Program Executive Office (PEO) Advanced Technology Transition Branch. The purpose of this announcement is to invite innovative technical approach concept papers that address space and cyber technologies to counter emerging space threats. The goal is to enable capabilities that align with the United States Space Force (USSF) Strategic Intent and to leverage all sources of innovation, prototyping, and experimentation. The announcement emphasizes the need for integrated space and cyber solutions and encourages industry partnership, innovation, and cost reduction. The BAA is open for concept papers for a period of 60 months, through February 23, 2029. The anticipated ceiling for funding is up to $99 million over the 5-year active period, and the number of contract awards will depend on the scope and quality of proposals received. The BAA follows a two-step process, starting with the submission of concept papers, followed by the submission of full proposals for selected concept papers. The Government intends to award Cost Plus Fixed Fee (CPFF) or Firm Fixed Price (FFP) contracts. The BAA outlines five areas of research interest, including resiliency technologies, improvements to Space Domain Awareness (SDA), defensive and offensive counterspace capabilities, efficiencies in Battle Management Command Control and Communications (BMC3), and methods for advancing exercises, tests, and training environments. Concept papers should address one or more of these areas and provide a technical approach and operational impact. The evaluation of concept papers will consider relevance to space and cyber technologies, technical merit, affordability, achievability of the proposed schedule, and the impact of intellectual property/proprietary data. Selected concept papers will receive a Request for Proposal (RFP) for the submission of full proposals. It is important to note that the Government will not pay for any costs associated with the preparation of concept papers or proposals.
    Space Force Rapid Capabilities Office (SpRCO) ADVISORY and ASSISTANCE SERVICES
    Active
    Buyer not available
    The Space Force Rapid Capabilities Office (SpRCO) is seeking qualified contractors to provide Advisory and Assistance Services (AAS) under a Time and Material contract. The primary objectives of this procurement include offering support in acquisition, financial management, logistics, engineering, and test-related activities, which encompass acquisition studies, cost analyses, and documentation preparation throughout the acquisition lifecycle. This contract is critical for ensuring effective management and operational support within the Space Force, and it requires contractors to possess a valid Facility Clearance and TS/SCI eligibility for personnel involved. Interested parties should contact Kevin Edmond at kevin.edmond@spaceforce.mil or Tyler Breedlove at tyler.breedlove.1@spaceforce.mil for further details, with the solicitation expected to be available electronically through the Procurement Integrated Enterprise Environment (PIEE) portal.
    RFI: Space Security and Defense Program (SSDP), Space Domain Awareness (SDA) Division, Space Domain Awareness Capabilities
    Active
    Dept Of Defense
    The Department of Defense, specifically the Air Force District of Washington, is seeking information through a Request for Information (RFI) regarding capabilities and services related to Space Domain Awareness (SDA) as part of the Space Security and Defense Program (SSDP). The objective is to gather innovative and proven concepts that can effectively address threats in a dynamic space environment, with a focus on support to fires, surveillance of man-made objects, intelligence and reconnaissance, and environmental monitoring for the years 2030 to 2040. This initiative is crucial for enhancing the United States Space Force's operational capabilities and ensuring effective space operations. Interested parties must submit their concepts by November 14, 2024, to the designated email address, SpOC.SWAC.RFI@spaceforce.mil, and are encouraged to follow specific submission guidelines outlined in the RFI.
    Commercial Solutions Opening - NSSL Space Vehicle Processing
    Active
    Dept Of Defense
    The United States Space Force (USSF) is issuing a Commercial Solutions Opening (CSO) to enhance Space Vehicle (SV) processing capabilities at Cape Canaveral and Vandenberg Space Force Bases. The initiative aims to acquire innovative commercial solutions that can increase processing capacity and mitigate risks associated with rising launch demands, with an investment of up to $80 million allocated for fiscal year 2024. This CSO is critical for addressing the growing needs of national security space missions and encourages submissions that may include new technologies or process efficiencies, with a phased evaluation approach starting with PowerPoint briefings and White Papers due by May 31, 2024. Interested parties can contact Capt Jillian Kennedy at SSC.AA3.SVProcessingTeam@spaceforce.mil for further information.
    Sonic Boom Analysis Vandenberg SFB
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for Sonic Boom Analysis Services at Vandenberg Space Force Base (VSFB) in California. The objective of this procurement is to conduct acoustic measurement studies of sonic booms generated by rocket launches, addressing public concerns and enhancing understanding of sonic boom impacts under various conditions. This initiative is crucial for ensuring safer launch operations and minimizing disturbances to the surrounding communities. Interested offerors must submit their proposals by October 30, 2024, at 12:00 PM PST, and are required to be registered with the System for Award Management (SAM). For further inquiries, potential bidders can contact Jessica Rowe at jessica.rowe.5@spaceforce.mil or William Bumpass at william.bumpass.1@spaceforce.mil.