Command, Control, Intelligence, Surveillance and Reconnaissance Transport (C2ISR-T) Notice
ID: 47QFSAType: Sources Sought
Overview

Buyer

GENERAL SERVICES ADMINISTRATIONFEDERAL ACQUISITION SERVICEGSA FAS AAS REGION 4ATLANTA, GA, 30308, USA

NAICS

Other Computer Related Services (541519)

PSC

SUPPORT- MANAGEMENT: LOGISTICS SUPPORT (R706)
Timeline
    Description

    The General Services Administration (GSA) is seeking information from vendors to support the Command, Control, Intelligence, Surveillance, and Reconnaissance Transport (C2ISR-T) systems for the U.S. Special Operations Command (USSOCOM). The objective of this Request for Information (RFI) is to assess the capabilities of multiple vendors to provide essential services, including program management, system delivery, field service support, systems engineering, logistics, and cybersecurity, which are critical for enhancing USSOCOM's operational effectiveness globally. This initiative is part of a market research exercise, with an estimated funding ceiling of approximately $450 million over several years, aimed at expanding existing data link capabilities and ensuring the timely provision of critical intelligence data. Interested vendors must respond by January 14, 2025, and can direct inquiries to Denise Darlington at joann.darlington@gsa.gov or Korena Jones-Brown at korena.jones-brown@gsa.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The General Services Administration (GSA) is issuing a Request for Information (RFI) on behalf of the U.S. Special Operations Command (USSOCOM) to explore vendor capabilities for providing support services for Command, Control, Intelligence, Surveillance, and Reconnaissance (C2ISR) systems. This inquiry seeks to determine if multiple vendors can fulfill the upcoming service needs as part of market research, without any obligation for future procurement actions. Interested vendors must complete specific documents and create a GSA-affiliated account for access to additional technical data. The RFI outlines various functional areas such as program management, system delivery and installation, field service support, systems engineering, logistics, and cybersecurity services that are critical for sustaining and enhancing USSOCOM operations globally. The document emphasizes the necessity for contractors to have appropriate security clearances and robust business systems, while also estimating a total funding ceiling of approximately $450 million over several years. Responses, due by January 14, 2025, will aid in shaping future acquisition strategies for the program. Overall, this RFI represents a step towards ensuring operational effectiveness and enhanced capabilities in the defense sector.
    The General Services Administration (GSA) is issuing a Request for Information (RFI) on behalf of the U.S. Special Operations Command (USSOCOM) to explore potential vendor capabilities for engineering, acquisition, operation, and sustainment services related to Command, Control, Intelligence, Surveillance, and Reconnaissance Transport (C2ISR-T). This RFI aims to gather insights from industry partners on their ability to support, maintain, and upgrade existing sensor systems integrated into various platforms globally. Key functional areas include program management, system delivery and installation, field service support, systems engineering, logistics, and cybersecurity services. Key requirements for participating contractors include managing various operational functions, adhering to rigorous security clearance protocols, and ensuring compliance with business systems regulations. The government estimates a potential award ceiling between $450 million and $500 million over a one-year base period with options. Responses are required by January 10, 2025, through designated channels, maintaining a structured format. This RFI serves as a market research exercise and does not obligate the government to issue a solicitation.
    The General Services Administration (GSA) is issuing a Request for Information (RFI) to gauge vendor capabilities for providing support to the U.S. Special Operations Command (USSOCOM). This market research aims to explore potential service availability without obligating the government to issue a contract. The RFI outlines requirements for program management, system delivery, field service support, logistics, and cybersecurity, specifically targeting the maintenance and enhancement of Command, Control, Intelligence, Surveillance, and Reconnaissance (C2ISR) systems. Contractors are required to demonstrate past performance, technical suitability, and the ability to meet strict security clearance requirements. The government estimates the total award to be between $450 million and $500 million, with submissions due by January 10, 2025. This exercise emphasizes the need for capable partners who can ensure real-time data processing capabilities for global operations while adhering to data rights and security protocols.
    The document outlines a Non-Disclosure Agreement (NDA) for contractors seeking access to the electronic Reading Room (eRR) related to the C2IRS-T acquisition for the U.S. Special Operations Command (USSOCOM). The NDA establishes a confidential relationship between the General Services Administration (GSA) Assisted Acquisition Services (AAS) and the contractor, requiring the latter to protect designated "Confidential Information." This includes contractor bid information, trade secrets, and unannounced governmental data. The contractor must limit access to this information, requiring employees and subcontractors to comply and sign similar NDAs. The document emphasizes that unauthorized disclosure could lead to disqualification from future government procurements and outlines legal restrictions related to procurement information. The NDA is the comprehensive agreement governing the handling of confidential data and supersedes prior discussions or agreements. Upon execution, the contractor acknowledges responsibility for maintaining confidentiality and reporting any misuse. This NDA is a critical step in ensuring the integrity of the contracting process for the USSOCOM, facilitating a competitive and secure bidding environment while adhering to various legal protections surrounding confidential government data.
    The document outlines the Rules of Behavior (RoB) for accessing the electronic Reading Room (eRR) specifically for the C2IRS-T acquisition supporting the U.S. Special Operations Command (USSOCOM). Access to the eRR is restricted to individuals listed in a signed Non-Disclosure Agreement (NDA). Key points include proper handling of Controlled Unclassified Information (CUI), adherence to security protocols, and reporting of any non-compliance. Users are prohibited from downloading or reproducing documents and must ensure unobstructed access control. They have no expectation of privacy while using the eRR and must destroy all notes by January 2, 2025. The document serves to safeguard sensitive information and ensure compliance with applicable laws, thereby reinforcing the importance of security within the context of government RFPs and acquisitions.
    Similar Opportunities
    USSOCOM Tactical Forensics Event 2025
    Buyer not available
    The U.S. Special Operations Command (USSOCOM) is seeking information from qualified sources for the Tactical Forensics Event 2025, aimed at exploring industry capabilities in various technology areas including Uncrewed Systems (UxS) exploitation, vehicle forensics, document and media exploitation (DOMEX), and borescope camera solutions. The event is critical for identifying methodologies and technologies that can enhance operational capabilities for Special Operations Forces, particularly in the examination and analysis of data from diverse platforms and devices. Interested parties must submit their responses to the Request for Information (RFI) by February 14, 2025, through the USSOCOM VULCAN platform, with subsequent vendor presentations scheduled for March 5-6, 2025. For inquiries, contact SOCOM PMO-I2E at socom.sofatl.tis.pmoi2e.dl@socom.mil.
    Targeted Requirement EXecution (TREX) Multiple Award Contract(s) (MAC) 3 Follow-On Draft RFP
    Buyer not available
    The U.S. Special Operations Command (USSOCOM) is preparing to release a Draft Request for Proposal (RFP) for the Targeted Requirement Execution (TREX) Multiple Award Contract(s) (MAC) 3 Follow-On, aimed at soliciting qualified contractors for specialized equipment and services. This procurement will involve multiple Indefinite Delivery/Indefinite Quantity (IDIQ) contracts, with a minimum of three and a maximum of six awards, including a reserved spot for a small business, emphasizing the importance of small business participation. The final RFP is projected for release around March 18, 2025, and interested vendors must adhere to strict security protocols, including obtaining Restricted Access for sensitive materials, with deadlines for submitting questions and comments set for January 31 and February 10, 2025, respectively. For further inquiries, potential bidders can contact Eric N. Carlin at eric.carlin@socom.mil.
    Suite of Integrated Radio Frequency Countermeasures (SIRFC) system
    Buyer not available
    The United States Special Operations Command (USSOCOM) is seeking to award a non-competitive sole source follow-on contract for the continued life-cycle support of the AN/ALQ-211 Suite of Integrated Radio Frequency Countermeasures (SIRFC) system. This procurement will encompass Program Management, Engineering Support, Contractor Logistics Support, Material Procurement, Field Service Representatives, and Administration Support, primarily aimed at sustaining the AN/ALQ-211 system. The intended award will be a hybrid Firm Fixed Price, Cost-Reimbursable, and Cost-Plus Fixed Fee, Indefinite Delivery Indefinite Quantity (IDIQ) Contract, with a five-year ordering period and a six-month extension option. Interested parties must submit their statements of interest and supporting documentation to Mrs. Stephanie Dillon at stephanie.f.dillon.civ@socom.mil by 10:00 am Eastern Time on December 27, 2024, to be considered for this opportunity.
    Warrior Care Global Support Draft RFP
    Buyer not available
    The U.S. Special Operations Command (USSOCOM) is seeking proposals for the Warrior Care Global Support (WCGS) program, aimed at providing non-clinical case management and advocacy services for wounded, ill, or injured Special Operations Forces personnel. The procurement focuses on delivering comprehensive support in areas such as Recovery Care Coordination, Military Adaptive Sports, Career Transition, and Benevolence for service members and their families. This initiative is critical for enhancing the recovery and reintegration of affected service members, ensuring they receive the necessary resources and support throughout their transition. Interested contractors must submit their proposals electronically, adhering to specified formats and deadlines, with evaluations based on technical proposals, past performance, and pricing. For further inquiries, potential bidders can contact Allyson Schopper at allyson.n.schopper.civ@socom.mil or Sherri Ashby at sherri.ashby@socom.mil.
    ISS-J II Solicitation
    Buyer not available
    The Department of Defense, specifically the US Special Operations Command (USSOCOM), has issued a Combined Synopsis/Solicitation notice for the procurement of Intelligence Support Services - Joint II (ISS-J II). This acquisition is being offered for competition and is limited to eligible Service-Disabled Veteran-Owned Small Business (SDVOSB) participants. The service is typically used to provide intelligence support services to the government. The place of performance includes multiple locations in CONUS and OCONUS. Interested parties must meet certain eligibility requirements, including being a prime contractor that is a Service-Connected Disabled Veteran Owned Small Business with Top Secret Facilities Clearance, and having a subcontractor, partner, or teammate with Secret Safeguarding Capability. The solicitation will not be posted on FBO, and interested parties must complete a spreadsheet and submit it with the required supporting documentation to the listed points of contact. The solicitation is expected to be sent to verified eligible parties within the next 1-2 weeks. Questions or comments regarding the solicitation should be submitted in writing via email to the listed points of contact.
    Brand Name NSNs, Industry Feedback Request
    Buyer not available
    The General Services Administration (GSA) is seeking industry feedback regarding Brand Name National Stock Numbers (NSNs) associated with specific items, as part of its procurement process. The GSA's Supply Chain Management Contracting Division aims to verify whether the requirements outlined in the Item Purchase Descriptions (IPDs) can only be met by the specified manufacturers or if alternative products can fulfill the same needs. This initiative is crucial for ensuring that the Department of Defense (DoD) customers receive the necessary items while potentially expanding the pool of suppliers. Interested parties are encouraged to provide their feedback by completing the attached Excel template and submitting it via email to fssi.mro-req@gsa.gov, with a deadline for responses set for April 30, 2024. For further inquiries, the primary contact is the MRO Team at the same email address.
    USSF Commercial Satellite Communications (COMSATCOM) Forecast to Industry Future Requirements Fiscal Year (FY) 2025-2026
    Buyer not available
    The United States Space Force (USSF) is preparing to issue potential Requests for Proposals (RFPs) for Commercial Satellite Communications (COMSATCOM) services for Fiscal Year 2025-2026. The procurement will focus on acquiring satellite communication services, including Transponded Capacity, Subscription Services, and Complex Commercial SATCOM Solutions, to enhance the operational capabilities of the Department of Defense. This initiative is critical for maintaining effective communication infrastructure and adapting to emerging technology needs across military operations, with anticipated projects such as the USAFRICOM COMSATCOM Services Blanket Purchase Agreement valued between $215 million and $225 million. Interested industry stakeholders can contact John Seacrist at john.seacrist@spaceforce.mil for further information, with the attachment detailing requirements current as of December 2024.
    SWCS Special Events and Ceremonies
    Buyer not available
    The U.S. Department of Defense, through the U.S. Special Operations Command (USSOCOM), is seeking industry input for the provision of guest speaker and logistical services for special events and ceremonies at Fort Liberty, North Carolina. This opportunity is part of a Request for Information (RFI) aimed at identifying capable sources for a potential multi-award Blanket Purchase Agreement (BPA) with a performance period of five years, anticipated to commence in July 2025. The selected contractor will be responsible for ensuring compliance with security protocols, providing qualified personnel, and maintaining quality control standards, which are critical for enhancing the operational capabilities of the U.S. Army John F. Kennedy Special Warfare Center and School (USAJFKSWCS). Interested parties must submit their capability statements by 5:00 PM EST on February 6, 2025, to the designated contacts, Maegan Castro and Debbie Harris, via the provided email addresses.
    CISA COCO Industry Day: CISA Enterprise Engineering and Operations Support Services (CEEOSS)
    Buyer not available
    Sources Sought HOMELAND SECURITY, DEPARTMENT OF CISA COCO Industry Day: CISA Enterprise Engineering and Operations Support Services (CEEOSS) is a notice seeking information from potential vendors for the procurement of Enterprise Engineering and Operations Support Services for the U.S. Department of Homeland Security (DHS) Cybersecurity and Infrastructure Security Agency (CISA). This service is typically used to provide support and assistance in the areas of enterprise engineering and operations for CISA. The Industry Day event will provide an overview of the requirement and allow for industry feedback and recommendations. The event will be held virtually via Microsoft Teams on Friday, January 12, 2024, from 10:00AM to 11:00AM EST. The event will include a briefing on the draft Statement of Work (SOW) and a question-and-answer period. The current Task Order 70RCSJ23FR0000001 will be recompeted, with an increase in scope due to congressional acts and strategic priorities. Registration for the event will be provided at a later date. Please note that this Industry Day Notice is not a Request for Proposal (RFP) or an invitation for bid, and the Government does not intend to make an award based on this event.
    Request for Information (RFI) for the INTEROPERABLE DATA LINKS SYSTEMS AND RGS (Support and Sustainment)
    Buyer not available
    The Department of the Air Force is seeking industry input through a Request for Information (RFI) for Operations and Maintenance (O&M) support related to the Interoperable Data Links Systems and Ground Stations (RGS), which are critical for the USAF's Intelligence, Surveillance, and Reconnaissance (ISR) missions. The RFI aims to gather innovative solutions that can achieve a 99% system availability rate and provide 24-hour site support for multiple mission scenarios, emphasizing the importance of logistics sustainment and contractor site support personnel. Interested parties, particularly small and disadvantaged businesses, are encouraged to submit a 3-page Executive Summary along with responses to ten specific questions regarding their capabilities and experience, with submissions due 15 days following the RFI's release. For further inquiries, interested contractors can contact Jared Duhaime at jared.duhaime.1@us.af.mil or Scott Maitland at scott.maitland@us.af.mil.