C2 Console Sustainment
ID: FA251725Q0004Type: Solicitation
Overview

Buyer

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

NAICS

Electronic and Precision Equipment Repair and Maintenance (811210)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- ELECTRICAL AND ELECTRONIC EQUIPMENT COMPONENTS (J059)

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 a non-personal services contract titled "C2 Console Sustainment" to maintain the Advanced Console System (ACS) at various U.S. Space Force locations. The contractor will be responsible for ensuring uninterrupted operations through corrective maintenance, remote monitoring, and technician dispatch services, addressing outages categorized as catastrophic, major, or minor, with defined response times. This contract is crucial for maintaining operational readiness and support for command post activities, with a performance period from December 1, 2024, to November 30, 2025. Interested small businesses must submit their quotations by November 12, 2024, and can contact Tiffany Harley at tiffany.harley.2@spaceforce.mil or Stephen Carr at stephen.carr.12@spaceforce.mil for further information.

    Files
    Title
    Posted
    The Performance Work Statement (PWS) outlines a non-personal services contract for the sustainment of the Advanced Console System (ACS) at various Headquarters United States Space Force (HQ USSF) locations. The contractor is tasked with ensuring uninterrupted operations through corrective maintenance and monitoring, responding to outages categorized as catastrophic, major, or minor, with specified response times. The contract duration is from December 1, 2024, to November 30, 2025, focusing on primary and alternate command post sites across the U.S. Key requirements include providing qualified personnel, maintaining comprehensive records, and submitting monthly status reports on service requests. The document emphasizes adherence to various directives related to information security and resource protection. The government will furnish certain resources and oversee contractor performance, emphasizing a non-personal service framework to eliminate perceptions of personal services. This structure aims to bolster mission readiness through reliable ACS maintenance and operational capabilities, positioning the contractor as a critical support entity in the operational framework of the U.S. Space Force.
    This document outlines the pricing structure for the Command Post Sustainment services under a federal Contract Line Item Number (CLIN) price sheet, effective from December 1, 2024, to November 30, 2025. It lists five specific delivery locations for Command Post Sustainment, including Peterson, Buckley, and Vandenburg Space Force Bases, along with a facility in Los Angeles, California. Each site is allocated a monthly sustainment cost, marked as zero in the price sheet. Additionally, there is a provision for a six-month extension of services, also listed at no cost. Offerors are instructed to fill out designated sections of the sheet. The document reflects a structured approach to federal contracting, focusing on sustaining operational capabilities at specified locations while offering flexibility for service extensions, underscoring the government's ongoing commitment to support military operations.
    The document focuses on various clauses relevant to government contracts, particularly in the context of the Defense Federal Acquisition Regulation Supplement (DFARS) and the Federal Acquisition Regulation (FAR). It details requirements for electronic invoicing through the Wide Area Workflow (WAWF) system, highlighting definitions and procedures for payment requests and receiving reports. The document also outlines mandatory clauses concerning compliance, equal opportunity, and specific prohibitions like contracting with entities associated with Kaspersky Lab and the Maduro regime. It emphasizes the need for contractors to adhere to established regulations regarding labor standards, environmental concerns, and financial disclosures. The clauses aim to ensure accountability, fairness, and transparency in government contracting processes, supporting the broader goals of regulatory compliance and ethical business practices. The structured format follows a clear delineation of clauses, indicating their effective dates and conditions, which serves as a comprehensive guide for contractors engaging with federal and defense contracting requirements.
    This document is the "Register of Wage Determinations under the Service Contract Act," detailing wage rates and fringe benefits required for various occupations to comply with federal contract laws. The primary purpose is to inform contractors working in Colorado counties of El Paso and Teller about minimum wage rates, which vary by occupation and are determined by the Executive Orders 14026 and 13658. For contracts initiated or extended after January 30, 2022, the minimum pay is set at $17.20 per hour, while contracts awarded between January 1, 2015, and January 29, 2022, require a minimum of $12.90 per hour unless higher rates apply. The document outlines specific wage rates for numerous job titles in administrative, technical, health, and other service occupations, including fringe benefits that must be provided to employees. It notes the importance of paid sick leave as mandated by Executive Order 13706, which requires contractors to provide paid leave for eligible employees. Additionally, it includes guidelines for classifying unlisted occupations through the conformance process, ensuring fair compensation for all workers. This wage determination serves to enhance worker protections in federal contracting and addresses compliance with the Service Contract Act, pivotal for managing federal grants and RFPs.
    The 21st Contracting Squadron is soliciting quotations for a Firm Fixed Price (FFP) contract under solicitation number FA2517-25-Q-0004 to provide non-personal services for the maintenance and sustainment of the Advanced Console System (ACS). This requirement, set aside for small businesses, includes remote monitoring, diagnostics, and technician dispatch services under the Air Force Space Command. The period of performance is from December 1, 2024, to November 30, 2025. Quotations must be submitted by November 12, 2024, and must include a cover letter, capability statement, and pricing information, adhering to stipulated page limits and formatting guidelines. Evaluation will focus on technical acceptability, with responses rated as either acceptable or unacceptable, and total price will determine the selection of the offeror providing the lowest price technically acceptable (LPTA) quotation. The government reserves the right to cancel the RFQ without obligation for reimbursement of costs incurred by offerors. The document details the necessity for registration in the System for Award Management (SAM) and Wide Area Work Flow for successful procurement and payment processing.
    Lifecycle
    Title
    Type
    C2 Console Sustainment
    Currently viewing
    Solicitation
    Similar Opportunities
    Command and Control Console Upgrade
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is conducting a Sources Sought announcement for a Command and Control (C2) Console Upgrade at Peterson Space Force Base, Colorado. The objective is to assess market interest and capabilities for supplying and installing C2 console equipment, which is critical for enhancing the dispatch capabilities of the existing communications infrastructure. This upgrade will involve hardware and software enhancements, installation of new workstations, and ensuring interoperability with current voice networks, thereby improving operational effectiveness. Interested vendors should respond with their qualifications, lead times, and compatibility information by February 9, 2024, at 10:00 am Mountain Time, and can direct inquiries to William R. Dabbs or Stephen Carr via the provided contact details.
    Substation Maintenance Services Vandenberg Space Force Base
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for Substation Maintenance Services at Vandenberg Space Force Base in California. This procurement, identified as Request for Quote Number FA4610-24-Q-0028, aims to secure comprehensive maintenance services for nine substations and one meter yard, ensuring operational continuity and compliance with federal regulations. The contract is a total small business set-aside under NAICS code 237130, with a funding amount of up to $45 million, and proposals are due by October 31, 2024, at 8:00 A.M. PST. Interested parties should contact Jessica Rowe at jessica.rowe.5@spaceforce.mil or William Bumpass at william.bumpass.1@spaceforce.mil for further details.
    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 seeking information regarding 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 explore efficiencies 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, as it involves managing satellite systems and operations from multiple locations, including Point Mugu, CA, and Schriever AFB, CO. Interested parties are invited to submit their responses to the Request for Information by November 6, 2024, at 10:00 MDT, and should direct inquiries to Christina Ming at christina.ming.2@spaceforce.mil or Nashua Martinez at nashua.martinez@spaceforce.mil.
    70--DISPLAY CONSOLE, IN REPAIR/MODIFICATION OF
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting qualified contractors to provide repair and modification services for DISPLAY CONSOLES. The procurement requires contractors to furnish labor, materials, and facilities necessary to evaluate, repair, and modify the specified items, with a firm fixed price or estimated pricing structure for the repair services. These DISPLAY CONSOLES are critical components used in various defense applications, and the contract emphasizes the importance of compliance with operational and functional requirements, including strict quality assurance measures. Interested contractors must submit their proposals by November 1, 2024, and can direct inquiries to Holly Tibbens at 717-605-5570 or via email at HOLLY.TIBBENS@NAVY.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.
    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.
    C-5 Software Sustainment Services
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for C-5 Software Sustainment Services, aimed at providing software maintenance and support for the Lockheed Martin Aero (LMA) contract related to the C-5M aircraft. The contractor will be responsible for delivering software updates, maintenance, engineering support, and ensuring compliance with military and commercial standards throughout the software lifecycle. This opportunity is critical for maintaining the operational integrity of the C-5M aircraft, with proposals due by January 31, 2025, following an extension from the original deadline. Interested parties should contact Lauren Mitchell at lauren.mitchell@us.af.mil or Erica Martin at erica.martin.2@us.af.mil for further information.
    SPACE FORCE RANGE CONTRACT (SFRC) DRAFT RFP
    Active
    Dept Of Defense
    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.
    Sustainment and Modernization of the Integrated Broadcast Service Network Services (IBS NS)
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is planning to award a contract for the sustainment and modernization of the Integrated Broadcast Service Network Services (IBS-NS) program. This procurement includes a range of requirements such as acquisition support, repairs, upgrades, modifications, and technical support, all of which are critical for maintaining the operational capabilities of the IBS-NS program, which serves both the United States Government and collaborating nations. The contract is set to be awarded solely to CACI NSS, LLC, with a performance period from August 20, 2025, to February 19, 2031, including options for extension. Interested parties should note that the solicitation will be available on Sam.gov around November 13, 2024, with proposals due by January 24, 2025; inquiries can be directed to Cedric Reese or Brandi Jacobs via their respective emails.
    C5M TES- Technical Engineering Services
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for Technical Engineering Services (TES) to support the C-5M Super Galaxy aircraft under contract FA8525-24-R-0001. The primary objectives include providing sustaining engineering services such as conducting engineering investigations, formulating deficiency resolutions, and ensuring the operational readiness of the aircraft through various programs, including the Aircraft Structural Integrity Program (ASIP) and Corrosion Prevention and Control Program (CPCP). This initiative is crucial for maintaining the aircraft's life cycle and operational capabilities, directly impacting the U.S. Air Force's global mobility missions. Interested contractors must have a security clearance of "Secret" and are encouraged to contact Alisha Foster or Erica Martin via email for further details, with the performance period expected to span from July 25, 2024, to July 24, 2029, and a potential six-month extension.