Notice of Intent to Sole Source - 21 CS CMSFS
ID: FA8723-25-R-0007Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8723 AFLCMC HBQK C BMPETERSON AFB, CO, 80914-2900, USA

NAICS

Electronic and Precision Equipment Repair and Maintenance (811210)

PSC

IT AND TELECOM - COMPUTE SUPPORT SERVICES, NON-HPC (LABOR) (DB02)
Timeline
  1. 1
    Posted Mar 14, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 14, 2025, 12:00 AM UTC
  3. 3
    Due Apr 15, 2025, 11:00 PM UTC
Description

The Department of Defense, specifically the Department of the Air Force, intends to award a sole-source contract to Amentum for operations, maintenance, and management activities at Cheyenne Mountain Space Force Station and the Defense Red Switch Network at Peterson Space Force Base. This contract aims to provide continued support for the 21st Communications Squadron, bridging the gap between the current NISSC II contract and a future competitive follow-on effort for IT services. Interested parties are invited to submit technical packages detailing their capabilities and estimated costs for transitioning services, with responses due by 5:00 PM MDT on April 15, 2025, to the designated contacts, Tracy Anderson and Scott Donnellon, via their provided emails.

Point(s) of Contact
Files
No associated files provided.
Lifecycle
Title
Type
Special Notice
Similar Opportunities
CMSFS ATS & Generator Replacement
Buyer not available
The Department of Defense, through the United States Space Force, is soliciting quotations for the removal and replacement of Automatic Transfer Switches (ATS) and generator equipment at the Cheyenne Mountain Space Force Station in Colorado Springs, Colorado. The project aims to enhance operational capabilities by upgrading essential power systems, with a total estimated award amount of $19,000,000. Contractors will be required to adhere to specific technical requirements, including the installation of a 600A, 480V ATS and a new 10kW-15kW generator, while ensuring compliance with applicable codes and environmental standards. Interested parties should contact Dante Aletto at dante.aletto.1@spaceforce.mil or Jason Donovan at jason.donovan.1@spaceforce.mil for further details, and must RSVP for a site visit scheduled for April 23, 2025, by April 21, 2025.
Notice of Intent to Sole Source
Buyer not available
The Department of Defense, specifically the Department of the Air Force, has issued a Notice of Intent to Sole Source for the upgrade of the Command and Control Dispatch System at the Colorado Springs Regional Command Post located at Peterson Space Force Base, Colorado. This procurement involves acquiring both hardware and software to implement Unify OpenScape, which is essential for meeting operational requirements. The sole source justification is based on the unique qualifications and proprietary technology of the selected supplier, ensuring compatibility with existing systems. Interested parties can reach out to Tiffany Harley at tiffany.harley.2@spaceforce.mil or Joseph Willard at joseph.willard@us.af.mil for further details regarding this opportunity.
Amendment 1 - Peterson Space Force Base Vehicle Barrier Maintenance and Repair
Buyer not available
The Department of Defense, through the United States Space Force, is seeking proposals for the maintenance and repair of vehicle barriers at Peterson Space Force Base in Colorado. The contract aims to provide preventive maintenance, inspection, and minor repairs for operational vehicle barriers, ensuring their functionality and compliance with safety standards. This procurement is critical for maintaining the security infrastructure of the base, which includes a total of forty-four operational vehicle barriers and associated control systems. Interested small businesses must submit their quotes by May 9, 2025, following a scheduled site visit on April 28, 2025, and can direct inquiries to Tiana Glenn at tiana.glenn@spaceforce.mil or Philip Choate at philip.choate.1@spaceforce.mil.
Peterson SFB Next Generation Gateway (NGG) Power Upgrade
Buyer not available
The Department of Defense, through the Department of the Air Force, is conducting market research for a potential Next Generation Gateway (NGG) Power Upgrade at Peterson Space Force Base in Colorado Springs, Colorado. The objective is to gather information from interested vendors regarding the installation of essential power infrastructure upgrades, including new busway tap boxes, circuit breakers, and power distribution units (PDUs) to support the Department's Zero Trust Security Suites. This upgrade is critical for ensuring operational readiness and compliance with future security standards within military infrastructure. Interested parties should respond to the Sources Sought announcement by April 30, 2025, providing details on capabilities, delivery times, and relevant certifications, and may contact William R. Dabbs at william.dabbs.1@spaceforce.mil or 719-556-6597 for further inquiries.
Removal of CRAC Unit at Cheyenne Mountain Space Force Station
Buyer not available
The Department of Defense, through the Department of the Air Force, is soliciting quotes for the removal of Computer Room Air-Conditioner (CRAC) 12 located at Cheyenne Mountain Space Force Station in Colorado. The project is a 100% Small Business Set-Aside under NAICS code 811310, requiring contractors to safely isolate, disconnect, and remove the CRAC unit while adhering to all relevant safety and environmental regulations. This initiative is crucial for maintaining operational efficiency and infrastructure integrity at the facility. Interested vendors must submit their quotes by 12:00 PM MST on April 29, 2024, and are encouraged to attend a site visit on April 17, 2025, to familiarize themselves with the project requirements. For further inquiries, contact Brittney Rosenbaum at brittney.rosenbaum@spaceforce.mil or Samuel Souil at samuel.souil@spaceforce.mil.
Industry Day RESILIENT MEO MISSILE WARNING AND TRACKING (RMMWT) GROUND MANAGEMENT AND INTEGRATION (GMI) (MEG O&I)
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to support the Resilient MEO Missile Warning and Tracking (RMMWT) program, focusing on the management and integration of ground system capabilities for missile tracking satellites. The procurement aims to enhance the Missile Operations Center and Ground Entry Point (GEP) capabilities while ensuring robust cybersecurity measures and cloud-based services, in alignment with the program's two operational epochs, with launches planned for 2026 and 2028. Interested contractors must submit a Statement of Capability (SOC) detailing their relevant experience by February 27, 2025, with a strong encouragement for small and disadvantaged businesses to participate. For further inquiries, contact Capt David Kirkland at david.kirkland.9@spaceforce.mil or Ms. Leslie Semerena at leslie.semerena@spaceforce.mil.
Notice of Intent to Award Sole Source - Redline Tower Maintenance
Buyer not available
The Department of Defense, specifically the Army Contracting Command-Aberdeen Proving Ground, intends to award a sole-source contract for maintenance services of the Redline Communications Network to Future Technologies Venture, LLC, based in Suwanee, Georgia. This contract, which spans twelve months, includes two annual preventative maintenance visits, the replacement of transmission lines, connectors, and lightning arrestors, as well as critical emergency maintenance and the decommissioning of existing Redline equipment across six towers. The maintenance services are vital for ensuring the optimal performance of communication infrastructure, which is essential for military operations. Interested parties may submit capability statements by April 30, 2025, and should direct inquiries to Neil Mendiola at neil.s.mendiola.civ@army.mil or Lynette FairBanks de la Viega at lynette.j.fairbanksdelaviega.civ@army.mil.
USSC Cisco Requirement
Buyer not available
The Department of Defense, specifically the U.S. Space Command (USSC), is soliciting proposals from qualified small businesses for the procurement of Cisco networking equipment, including switches, routers, phones, and network authentication systems. This requirement aims to enhance government infrastructure by modernizing networking technology to support secure and efficient digital communications across various federal, state, and local domains. The total estimated award amount for this contract is $30 million, with an expected delivery date of June 30, 2025. Interested contractors can reach out to Aaron Smith at aaron.smith.103@spaceforce.mil or Jason Donovan at jason.donovan.1@spaceforce.mil for further details regarding the solicitation process.
Relay Ground Station – South (RGS-S) Antenna
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Omaha District, is seeking small businesses to participate in the construction of the Relay Ground Station – South (RGS-S) at Schriever Space Force Base in Colorado. This project involves the development of critical infrastructure, including concrete pads, antenna foundations, equipment shelters, and power systems, which are essential for the operation of legacy and next-generation Overhead Persistent Infrared (OPIR) satellites. The RGS-S will enhance ground terminal capacity for satellite operations under the Space-Based Infrared System (SBIRS) and Next Gen programs, with an anticipated project cost between $10 million and $15 million. Interested contractors must submit their capabilities statements by April 30, 2025, and a solicitation is expected to be issued in June/July 2025. For further inquiries, contact Brian Reynolds at brian.reynolds@usace.army.mil or Monica A. McKensey at monica.a.mckensey@usace.army.mil.
Schriever SFB Full Food Service Acquisition
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking to acquire full food service operations at Schriever Space Force Base (SFB) in Colorado Springs, Colorado. The procurement will be conducted through direct negotiations with the State Licensing Agency (SLA) under the Randolph-Sheppard Act, ensuring that food services are provided at a reasonable cost and of high quality comparable to current offerings. This initiative is significant as it prioritizes the operation of cafeterias by blind vendors on federal property, promoting inclusivity and support for individuals with disabilities. Interested parties can reach out to Stephen Cooper at stephen.cooper.1@us.af.mil or Deaven Randolph at Deaven.Randolph.1@spaceforce.mil for further information, with the procurement process expected to conclude by April 15, 2025.