Ground-Based Electro-Optical Deep Space Surveillance System (GEODSS) / Ground-Based Optical Sensor System (GBOSS) Operation and Maintenance (O&M) Recompete
ID: FA251825R0003Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA2518 USSF SPOC/SAIOPETERSON AFB, CO, 80914-4184, USA

NAICS

All Other Telecommunications (517810)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is seeking potential contractors for the operation and maintenance of the Ground-Based Electro-Optical Deep Space Surveillance System (GEODSS) and the upcoming Ground-Based Optical Sensor System (GBOSS). The contractor will be responsible for providing services at three locations: Socorro, New Mexico; Diego Garcia, British Indian Ocean Territory; and Maui, Hawaii, ensuring continuous sensor operations and support for space object detection and tracking. This procurement is critical for maintaining national security through effective space surveillance operations, with a projected contract that includes a 60-day phase-in period, a base period of 10 months, and four additional 12-month option periods. Interested parties are encouraged to submit their capabilities statements and responses to the attached questionnaire by the specified deadline, with inquiries directed to Christian Freire at christian.freire@spaceforce.mil or Amy Pacheco at amy.pacheco.2@spaceforce.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The Ground-Based Electro-Optical Deep Space Surveillance (GEODSS) System Request for Information (RFI) solicits feedback from potential contractors about the draft Performance Work Statement (PWS) for re-acquisition. It aims to determine interest in competing as a prime contractor for GEODSS services, including logistical and support operations. The RFI seeks insights on consolidating GEODSS with the Maui Base Support Services and Information Technology Core Communications (MBSS/ITCC) contract, probing contractors on capacity, cost savings, and impact on small businesses. Key inquiries cover potential incentives, contract structures (Firm Fixed Price versus Indefinite Delivery/Indefinite Quantity), performance objectives, and retention strategies for personnel, especially in remote locations. Contractors are encouraged to provide their relevant experiences and suggestions for improving the draft PWS's clarity and performance orientation. The document emphasizes the government’s intention to gather comprehensive market research to enhance contract effectiveness and align with industry best practices while ensuring small business participation remains viable. Overall, the RFI represents a crucial step in refining the procurement process for essential defense capabilities related to deep space surveillance.
    The Ground-Based Electro-Optical Deep Space Surveillance (GEODSS) program, managed by the 15 Space Surveillance Squadron (15 SPSS), focuses on detecting and tracking man-made objects in Earth's orbit. The performance work statement (PWS) outlines the requirements for operational support, including personnel management, site maintenance, equipment logistics, and security protocols across three sites: Maui (HI), New Mexico, and Diego Garcia. The contractor is responsible for providing non-personal services necessary for system operation and maintenance, including software administration, optical sensor support, and emergency actions in crises. The document details various operational metrics like tasking performance, quality standards, incident reporting procedures, and maintenance management, emphasizing the need for robust cybersecurity and personnel certifications. Training and coordination with other government entities are vital components of the mission, alongside a requirement for comprehensive documentation and reporting. The framework seeks to ensure continuous functionality and mission readiness while adapting to evolving technological needs and potential site modifications. This detailed scope reflects the government's commitment to maintaining national security through effective space surveillance operations.
    The Maui Base Support Services (MBSS) Performance Work Statement outlines the requirements for a non-personal services contract aimed at the effective operation of the Maui Space Surveillance Complex and associated facilities in Maui, Hawaii. The contract entails comprehensive support services, including facility management, logistics, information technology, and civil engineering. Key responsibilities comprise resource management, facility repairs, and maintenance while ensuring adherence to safety, security, and quality standards. Personnel involved in the execution of these responsibilities must possess specific educational and experiential qualifications, including security clearances and safety training. The document emphasizes the need for a qualified workforce, outlines safety protocols, and mandates compliance with relevant laws and military guidelines. Additionally, logistics tasks encompass property accountability and supply management, requiring meticulous documentation and coordination with government entities. Overall, the MBSS contract is critical to sustaining U.S. Space Force operations on Maui, facilitating technological advancements in space domain awareness, and supporting a variety of mission partners through structured service delivery and strategic management of resources.
    Similar Opportunities
    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.
    Alaska Radar System Operations and Maintenance
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for Operations and Maintenance (O&M) Services for the Alaska Radar System (ARS) at Joint Base Elmendorf-Richardson (JBER), Alaska. The contract will encompass the O&M of 15 radar sites, three remote radio sites, and various support services including facility maintenance, transportation, and logistics, all crucial for supporting NORAD and USNORTHCOM missions. This procurement is significant for ensuring air sovereignty in Alaska and providing essential civil aircraft information to the FAA. A formal Request for Proposal (RFP) is expected to be issued by October 31, 2024, with a contract period spanning from September 29, 2025, to September 28, 2037, if all options are exercised. Interested parties must register in the System for Award Management (SAM) and can direct inquiries to Capt Chelsea J. Belford at chelsea.belford@us.af.mil or Lucian A. Reaves at lucian.reaves@us.af.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 Indefinite Delivery Indefinite Quantity
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is preparing to solicit proposals for the Missile Warning, Missile Defense, and Space Domain Awareness Indefinite Delivery Indefinite Quantity (IDIQ) contract. This procurement aims to secure services related to missile warning and defense systems, as well as space domain awareness capabilities, which are critical for national security and defense operations. The updated presolicitation notice, effective October 10, 2024, indicates that the contract will fall under the NAICS code 517810, focusing on all other telecommunications, and the PSC code M1BG, which pertains to the operation of electronic and communications facilities. Interested parties can reach out to Steven Dyer at steven.dyer.5@spaceforce.mil or call 719-551-6347 for further information.
    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.
    Diego Garcia Base Operations Support (BOS) Services Contract
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Navy, is seeking proposals for the Diego Garcia Base Operations Support (BOS) Services Contract, aimed at providing essential support services at the Navy Support Facility in Diego Garcia, British Indian Ocean Territory. The contract will encompass a range of facilities support services, which are critical for maintaining operational readiness and ensuring the effective functioning of the base. Interested contractors should note that the primary point of contact for inquiries is Blayton Chun, who can be reached at blayton.e.chun.civ@us.navy.mil or by phone at 808-474-5884, with a secondary contact available in Julian Martinez at julian.a.martinez6.civ@us.navy.mil or 808-471-5118. Further details regarding the solicitation process and deadlines will be provided in the official solicitation documents.
    Space Environment Technologies and Science (SETS) Broad Agency Announcement (BAA)
    Active
    Dept Of Defense
    Sources Sought DEPT OF DEFENSE Space Environment Technologies and Science (SETS): The Department of Defense, specifically the Department of the Air Force, is seeking sources capable of supporting the Air Force Research Laboratory Space Vehicles Geo-Space Division (AFRL/RVB) Geospace Environment Impacts and Applications Program. The program aims to conduct fundamental and advanced research in space and environmental impacts technologies. They are interested in understanding and quantifying the impact of the space environment on Department of Defense and national security systems. The program is particularly interested in topics such as advanced environmental observing systems, solar activity prediction models, ionospheric conditions, magnetospheric activity, satellite drag, and effects on communication and radar systems. The Air Force Research Laboratory is looking for potential prime contractors who can form teaming arrangements with subcontractors to support the program's requirements. Interested offerors are requested to submit their Statement of Capabilities (SOC) by July 21, 2023, to the contracting points of contact listed in the document.
    Government Owned Contractor Operated Facilities Lease Subcontracting - FA8623-25-L-0002
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking subcontracting opportunities related to a sole source lease contract (FA8623-25-L-0002) with The Raytheon Company for the operation of Government Owned Contractor Operated (GOCO) facilities in Tucson, Arizona. This contract, anticipated to last for five years with potential extensions up to 15 years, involves responsibilities such as facility projects, environmental compliance, and pollution prevention initiatives essential for maintaining the operational readiness of the Air Force's Industrial Preparedness Program. Interested subcontractors are encouraged to submit their company information and qualifications to Rod Nielsen at Raytheon, with a courtesy copy to the primary contact, Kyle Hartlage, at the Air Force. The current lease is set to expire on December 30, 2024, and the procurement process is aimed at ensuring continued compliance with environmental regulations and enhancing production capabilities.
    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.
    CSS0128 Sources Sought - Flex BPA
    Active
    Dept Of Defense
    The Department of Defense, specifically the United States Space Force's Space Systems Command, is conducting a sources sought notice for a Blanket Purchase Agreement (BPA) related to IntelSat FlexAir and FlexMove services. The objective is to identify potential vendors capable of providing managed Ku-band satellite communication services for aeronautical and land mobile applications in support of the DoD and federal agencies. This initiative aims to enhance military communications capabilities through industry collaboration and innovative solutions. Interested vendors must submit detailed capability statements by November 1, 2024, to the designated contacts, Anar Wagner and Quentin Fields, via email, ensuring that all submissions are concise and specific, as generic responses will not be considered.