Launch and Early Orbit, Anomaly Resolution and Disposal Operations (LADO) Follow-On (SOLE SOURCE)
ID: FA822226RB002Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8222 AFSC OL H PZIEHILL AFB, UT, 84056-5805, USA

NAICS

Other Computer Related Services (541519)

PSC

IT AND TELECOM - BUSINESS APPLICATION SOFTWARE (PERPETUAL LICENSE SOFTWARE) (7A21)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Defense, specifically the U.S. Air Force, is seeking a sole-source contractor to provide software, hardware, and engineering services for the Launch and Early Orbit, Anomaly Resolution, and Disposal Operations (LADO) program. The contract, valued at approximately $34 million, is intended to support the LADO system, which is critical for GPS satellite operations, as it transitions to the Next Generation Operation Control System (OCX) that has faced delays. The procurement includes a base period of 12 months with options for additional six-month periods, and interested parties can contact Audrey Lee at audrey.ARMSTRONG.4@US.AF.MIL or Christa Phillips at christa.phillips.1@us.af.mil for further details.

    Files
    Title
    Posted
    The DD FORM 1423-1, FEB 2001, is a Contract Data Requirements List (CDRL) used for federal government RFPs, grants, and state/local RFPs. This document outlines the requirements for data item submissions from contractors to the government, including specific instructions for both government personnel and contractors. It details information such as contract line item numbers, data item titles, authority, contract references, requiring office, submission frequency, and distribution. The form also includes specific remarks regarding distribution statements, submission timelines, electronic submission requirements, and a warning about technical data export restrictions. Instructions for contractors clarify how to categorize and price data items based on the effort required for their production and delivery, ensuring compliance and proper cost allocation for data essential to the contract.
    DD FORM 1423-1, FEB 2001, is a Contract Data Requirements List (CDRL) used by the Department of Defense for acquiring data items from contractors. This form details the requirements for various data submissions, including accident/incident reports, and specifies submission frequency, format, and distribution. It includes instructions for both government personnel in preparing the CDRL and contractors in estimating prices for data items based on the effort involved (Groups I-IV). The document emphasizes the importance of marking technical data with appropriate distribution statements and warning notices, particularly concerning export control regulations, and mandates electronic submission using Microsoft-compatible software. It outlines contractual obligations for data delivery and distribution, ensuring compliance with federal regulations and departmental directives.
    DD FORM 1423-1, FEB 2001, is a Contract Data Requirements List (CDRL) used by the Department of Defense for acquiring data items from contractors. This form details the requirements for various data submissions, including technical manuals (TM) and other categories, for systems like LADO Sustainment. Key information includes contract line item numbers, data item titles, authority documents (e.g., LADO TMCR for applicable TOs), contract references, requiring offices, and submission details. The document specifies distribution statements, such as
    The DD FORM 1423-1, FEB 2001, is a Contract Data Requirements List (CDRL) used by the Department of Defense for acquiring technical data. It outlines the requirements for data items, including titles, authority, contract references, requiring offices, distribution statements, and submission frequencies. The form details the responsibilities of both government personnel and contractors in preparing and submitting data. Key aspects include specific instructions for completing each field, such as identifying the system/item, contract/PR number, and contractor. It also defines various price groups for data items (Group I, II, III, and IV) to estimate costs associated with data production and delivery. The document stresses the importance of adhering to distribution statements, particularly for technical data restricted by export control laws, and emphasizes electronic submission using Microsoft-compatible software. This form ensures standardized and compliant data delivery within DoD contracts.
    The DD FORM 1423-1, FEB 2001, titled "CONTRACT DATA REQUIREMENTS LIST (1 Data Item)" outlines the requirements for contractors to submit specific data items to the government. This form is essential for federal government RFPs, federal grants, and state/local RFPs, detailing how data is acquired, submitted, and managed throughout a contract. Key sections include instructions for both government personnel and contractors on completing the form, specifying data item numbers, titles, authority, contract references, requiring offices, approval processes, distribution statements, and submission frequencies. The document emphasizes the importance of adhering to distribution statements, especially for technical data, and provides guidance on pricing data items based on the effort required for their development and submission. It also highlights the need for electronic submissions and references specific task order PWS documents for detailed delivery instructions and timelines. The form serves as a standardized mechanism for defining and managing data deliverables within government contracts.
    DD FORM 1423-1, FEB 2001, outlines the Contract Data Requirements List (CDRL) for government contracts, detailing the process for contractors to submit data items. This form is crucial for federal RFPs and grants, ensuring standardized data delivery. It specifies instructions for government personnel and contractors on completing the form, including definitions for data item categories (TDP, TM, Other) and guidance on pricing groups (Group I, II, III, IV) for data. The document emphasizes distribution restrictions for technical data, particularly concerning the Arms Export Control Act and DoD Directive 5230.25, ensuring controlled dissemination to authorized DoD personnel and contractors. Key sections address data item numbering, titles, acquisition authority, contract references, requiring offices, approval processes, distribution statements, submission frequencies, and electronic submission requirements using Microsoft-compatible software. The form is signed and dated by both the preparer and approval authority, highlighting accountability and compliance with federal regulations.
    DD FORM 1423-1, FEB 2001, outlines the Contract Data Requirements List (CDRL), a crucial document for federal government RFPs, grants, and state/local RFPs. This form details data item requirements, submission instructions, and pricing guidelines for contractors. It specifies data item numbers, titles, acquisition authorities, and contract references. The form also includes sections for requiring offices, approval codes, distribution statements, and submission frequencies. Key details include electronic submission using Microsoft-compatible software, with submissions due 15 calendar days after the initial request. The document emphasizes a Distribution Statement D, restricting access to DoD and U.S. DoD contractors only, due to technical data export controls. Contractors must also adhere to specific pricing groups based on the effort required for data development. This ensures proper handling, security, and delivery of technical data in government contracts.
    The DD FORM 1423-1, FEB 2001, is a Contract Data Requirements List (CDRL) used by the Department of Defense for acquiring data items from contractors. This form outlines the requirements for data submissions, including item details, authority, contract reference, requiring office, and distribution. It specifies how contractors should prepare and deliver data, emphasizing electronic submission using Microsoft compatible software. The document also details distribution statements, restricting access to DoD and U.S. DoD contractors, and includes warnings regarding export-controlled technical data. Instructions for both government personnel and contractors clarify how to complete the form, including pricing guidance for different categories of data. The form is a critical component in federal contracts, ensuring standardized data acquisition and management.
    The DD Form 1423-1,
    The DD FORM 1423-1, FEB 2001, is a Contract Data Requirements List (CDRL) used by the Department of Defense. It outlines data item requirements for contractors, including details such as contract line item numbers, data item titles, authority documents, contract references, requiring offices, and submission schedules. The form also specifies distribution statements, particularly for technical data restricted to DoD and U.S. DoD contractors, emphasizing export control warnings. Instructions for both government personnel and contractors clarify how to complete the form, including pricing groups for data items. The document details the process for submitting data items, stressing electronic submission and adherence to specific timelines. It serves as a critical tool in federal contracts for managing and controlling the delivery of technical and other essential data, ensuring compliance and proper dissemination while protecting sensitive information.
    DD FORM 1423-1, FEB 2001, outlines the Contract Data Requirements List (CDRL), a crucial document for federal government RFPs and grants. It details requirements for data item submissions, including technical data packages, manuals, and other categories. The form specifies information such as contract line item numbers, data item titles, authority, contract references, requiring offices, and submission frequencies. Key instructions cover performance periods, tailoring for individual Task Order PWS, and government approval timelines. It mandates electronic submission using Microsoft-compatible software to designated government representatives. The document also includes a Distribution Statement D, restricting access to the Department of Defense and U.S. DoD contractors only, and a warning about export-controlled technical data. The form further provides detailed guidance for both government personnel and contractors on completing each item, including definitions for pricing groups (Group I, II, III, and IV) to estimate the cost attributable to data production, excluding rights in data. This ensures clear communication and compliance for data deliverables in government contracts.
    DD FORM 1423-1, FEB 2001, outlines the Contract Data Requirements List (CDRL) for government procurements, focusing on federal RFPs and grants. This form standardizes data item submissions, such as the Software User Manual (DI-IPSC-81443A) for the LADO Sustainment system, by specifying requirements for content, format, and delivery. It details submission frequencies, distribution statements (e.g., Distribution D for DoD and authorized contractors only), and electronic submission using Microsoft compatible software. The document also provides instructions for both government personnel and contractors on how to complete the form, including pricing guidance for data items based on their development effort (Groups I-IV). Emphasizing controlled distribution due to technical data export restrictions, the form ensures compliance with regulations like the Arms Export Control Act. The approved form, signed by Paul Noorda and Garry S. Navas, mandates clear labeling of technical data with warning notices and distribution statements.
    The DD FORM 1423-1, FEB 2001, serves as a Contract Data Requirements List (CDRL) for federal government contracts, particularly for RFPs and grants. It details requirements for data deliverables, including categories like Technical Data Packages (TDP), Technical Manuals (TM), and other data. The form specifies contract line item numbers, exhibit references, data item numbers, and performance periods. Key aspects include instructions for both government personnel and contractors on completing the form, defining data item titles, authority documents, contract references, and requiring offices. It also outlines submission frequencies, dates, distribution addressees, and copy counts. The document emphasizes distribution statements, particularly Distribution Statement D, which restricts access to the Department of Defense and U.S. DoD contractors only, due to the presence of technical data controlled by export laws. Furthermore, it details pricing groups (Group I, II, III, IV) for estimating data costs, ensuring that prices reflect only the direct costs of producing data for the government, excluding rights in data. The form mandates electronic submissions using Microsoft-compatible software and clarifies that specific government representatives will be identified at contract award for CDRL submissions. It also contains a warning regarding export-controlled technical data, underscoring the legal implications of unauthorized dissemination.
    The DD Form 1423-1,
    The DD FORM 1423-1, FEB 2001, titled "CONTRACT DATA REQUIREMENTS LIST (1 Data Item)" is a standardized form for government contracts, specifically designed for federal government RFPs, federal grants, and state and local RFPs. It details the requirements for data deliverables from contractors, including items like the Configuration Management Plan. The form outlines fields for contract line item numbers, data item titles, authority documents, contract references, requiring offices, submission frequencies, and distribution. Key aspects include specific instructions for both government personnel in preparing the form and contractors in pricing data items based on development effort. The document emphasizes strict distribution controls for technical data, limiting access to DoD and U.S. DoD contractors only, and includes a warning regarding export restrictions under the Arms Export Control Act. Submission of data items is required electronically, with specific deadlines after the initial government request.
    The DD FORM 1423-1, FEB 2001, serves as a Contract Data Requirements List (CDRL) for federal government RFPs, grants, and state/local RFPs. It outlines the requirements for data item submissions from contractors. This form details information such as contract line item numbers, data item titles, authority documents, contract references, requiring offices, submission frequencies, and distribution specifics. Key remarks include acceptable contractor format, tailoring identified in task order PWS, and specific government approval/contractor correction timelines. The document also specifies a Distribution Statement D, restricting access to DoD and U.S. DoD contractors, and mandates electronic submission using Microsoft-compatible software. The form includes instructions for both government personnel and contractors, defining different price groups (Group I, II, III, IV) for estimating data item costs based on their essentiality and the effort required to conform to government requirements. It emphasizes that estimated data prices should only reflect costs directly attributable to supplying the data, excluding amounts for data rights. The document also contains a warning regarding technical data export restrictions under the Arms Export Control Act.
    The DD Form 1423-1,
    The DD FORM 1423-1 is a Contract Data Requirements List (CDRL) used by the Department of Defense to specify data deliverables for contracts. This form details requirements for various data items, including technical data packages and quality assurance plans. Key information includes contract line item numbers, data item titles, authority documents (Data Item Descriptions), and contract references. The form also outlines submission frequencies, due dates (e.g., 14 calendar days after contract award), and distribution instructions, emphasizing electronic submission. Notably, it includes a Distribution Statement D, restricting access to DoD and U.S. DoD contractors only, and a warning regarding export-controlled technical data. Instructions are provided for both government personnel in preparing the form and contractors in estimating data item prices based on four distinct effort groups (Group I: not essential, Group II: essential with additional work, Group III: essential with minimal changes, Group IV: minimal effort/no cost). This document ensures clear communication of data requirements and associated costs within government contracts.
    The provided government file indicates that the document could not be displayed, suggesting an issue with the user's PDF viewer. It advises upgrading to the latest version of Adobe Reader for Windows, Mac, or Linux, with links provided for download and further assistance. This document serves as a troubleshooting guide for accessing other government files, likely related to federal RFPs, grants, or state/local RFPs, which are typically distributed in PDF format.
    This government file is a detailed inventory of various hardware components, primarily from Dell, Juniper, RT Logic, Samsung, SUN, HP, Logitech, Apricorn, and Seagate. The inventory lists specific models and serial numbers, service tags, and asset tags (BRAXTON series) for a wide range of equipment including monitors (Dell UltraSharp, LCD Monitors, LADO Monitors, S24E650BW), workstations (OptiPlex, Z840), servers (Dell R750 EMC PowerEdge, PowerEdge 730, Power edge R630, Poweredge R330), network equipment (Juniper EX4300, Ethernet Switches, Firewalls, SRX100), and other peripherals like speakers, USB SSDs, and internal bare drives. The document also includes descriptions for some items, quantity, and procurement information such as purchase order numbers (e.g., PO-0012610) and notes on whether maintenance is included or if items are non-trackable government property acquired via PCARD. The file's purpose is to meticulously document and track government-owned hardware, likely for asset management, auditing, or inventory control in the context of federal or state/local government operations.
    This Justification and Approval (J&A) document seeks to approve a sole-source, firm-fixed-price follow-on contract with Parsons Government Services for software, hardware, and engineering services supporting the Launch and Early Orbit, Anomaly Resolution, and Disposal Operations (LADO) program. The U.S. Air Force requires these services because Parsons Government Services owns the proprietary AcePremier software, which is essential for the government's AceSuite software and the LADO system to function. Market research indicated Parsons as the only capable vendor. The proposed contract is for two and a half years, including a base year, an option year, and a six-month extension. The estimated value is justified by historical data and inflation. The LADO program is expected to be decommissioned by October 2026, replaced by the Next Generation Operation Control System (OCX), but OCX has experienced significant delays, necessitating this bridge contract to avoid a lapse in GPS satellite support.
    The Performance-Based Work Statement (PWS) outlines the contractor's duties for sustaining the U.S. Air Force's Launch and Early Orbit, Anomaly Resolution, and Disposal Operations (LADO) system. This includes software and hardware engineering, systems engineering, test engineering, cybersecurity, and documentation. The contractor will support LADO products, manage software licenses, and implement cryptographic upgrades. Key tasks involve developing software in C++, maintaining hardware components, analyzing system requirements, and conducting various tests. The contractor must adhere to stringent cybersecurity and EMSEC/TEMPEST requirements, provide detailed documentation, and manage databases. The contract specifies a 12-month base period with options and requires compliance with security clearances, reporting protocols, and quality control plans, with primary performance locations at Schriever, Peterson, and Vandenberg SFBs.
    This government solicitation, FA822226RB002, is a Request for Proposal (RFP) for Women-Owned Small Businesses (WOSB) for Launch and Early Orbit, Anomaly Resolution and Disposal Operations (LADO) Follow-On. The contract, with a total award amount of $34,000,000.00, seeks software, hardware, and engineering services. It includes a base period of 12 months for engineering support, licenses, materials, travel, and Contract Data Requirements Lists (CDRLs), followed by three 6-month option periods for similar services. The solicitation is contingent on the availability of funds and incorporates various FAR and DFARS clauses, including those related to Government Property management and Wide Area WorkFlow (WAWF) payment instructions. Deliverables are primarily to Peterson SFB, CO.
    Lifecycle
    Similar Opportunities
    Eastern Range Launch Pad Lightning Warning System Sole Source
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking to procure a Lightning Warning System for the Eastern Range Launch Pad through a sole source justification. This procurement aims to enhance safety measures by implementing a reliable lightning warning system that is critical for operations at the launch pad. The system is categorized under IT and Telecom application development software, indicating its technological significance in ensuring operational readiness and safety during launch activities. Interested parties can reach out to Edwin Baldomero at edwin.baldomero.1@spaceforce.mil or call 321-494-5560 for further details regarding this opportunity.
    Sole Source Labtrac
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking to procure a Sole Source Labtrac software solution, which falls under the category of IT and Telecom - Business Application Software. This procurement aims to acquire a perpetual license for the Labtrac software, which is essential for managing laboratory operations and data effectively. The software is critical for ensuring streamlined processes and accurate data management within military laboratory environments. Interested vendors can reach out to John Sinclair at john.sinclair.1@spaceforce.mil or by phone at 719-556-8004 for further details regarding this opportunity.
    Operational Support Airlift/Executive Airlift Combined Commercial Satellite Communications Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking to award a sole source contract for Operational Support Airlift/Executive Airlift Combined Commercial Satellite Communications Services. This contract aims to provide global communications connectivity for U.S. Senior Leaders aboard the OSA/EA fleet, which includes aircraft such as the VC-25A/B and C-32A, among others. The services are critical for supporting high-level government officials, including the President and Secretary of Defense, during their operations. The contract is set for a duration of two years and seven months, from April 1, 2026, to October 31, 2028, with a small business size standard of $44 million under NAICS code 517410. Interested parties can direct inquiries to John Seacrist at john.seacrist@spaceforce.mil or Karla Delaney at karla.delaney@spaceforce.mil.
    Global Distribution Expeditionary Contract
    Dept Of Defense
    The Defense Logistics Agency (DLA) is planning to award a modification to the existing DLA Distribution Contract SP3300-21-D-5002 on a sole source basis to Olgoonik Federal, LLC. This modification aims to increase the contract ceiling to accommodate labor support for workload surges, unforeseen/unplanned workload, contingency operations, and special projects, as the current contract has been exceeding the anticipated spending rate. The services provided under this contract are critical for ensuring DLA's ability to respond promptly to unplanned requirements, thereby supporting its mission and that of its customers. For further inquiries, interested parties can contact Scott Lesh at scott.lesh@dla.mil or by phone at 717-770-4245; please note that this is not a solicitation for proposals or bids.
    BroadSim Upgrade
    Dept Of Defense
    The Department of Defense, specifically the U.S. Air Force, is seeking to procure upgrades for the BroadSim Signal Generator software through a non-competitive process. The procurement is aimed at acquiring proprietary software upgrades from Orolia/Talen-X, which are essential for maintaining compatibility and interoperability with the existing BroadSim Signal Generator equipment used by the Joint Navigation Warfare Center (JNWC). This upgrade is critical as it ensures the continued operational effectiveness of the navigation warfare capabilities without replacing the current inventory of equipment. Interested parties can reach out to Shawn Hires at shawn.hires.1@us.af.mil or by phone at 402-294-2455 for further information regarding this opportunity.
    Notice of Intent to Sole Source: Satellite Processing and Integration Facility Support Extension
    Dept Of Defense
    The Department of Defense, through the Space Development Agency (SDA), intends to modify a sole source contract with SpaceX for continued support of a satellite processing and integration facility. This facility is designed to accommodate up to 21 satellites and associated hardware, facilitating essential post-transport functional testing, mechanical and electrical integration, and payload encapsulation. The planned modification, valued at approximately $29.2 million, will extend the contract's performance period by one year, with an additional one-year option, and is expected to be awarded in December 2025. For inquiries, interested parties may contact the SDA Special Notice Coordinator via email at ussf.pentagon.sda.mbx.sn-26-0002@mail.mil.
    Justification for Exception to Fair Opportunity
    General Services Administration
    The General Services Administration (GSA) is seeking contractor support services for the GPS User Equipment (UE) Systems and Assured Position, Navigation, and Timing (PNT) programs. The procurement aims to provide a range of services including modernization acquisition, sustainment planning, manpower analysis, and cybersecurity support, among others, to enhance the effectiveness and reliability of PNT systems. This initiative is critical for ensuring robust navigation and timing capabilities across various military applications. Interested parties can reach out to Patrick Salter at patrick.salter@gsa.gov or call 937-705-9133 for further details regarding this opportunity.
    CDS Sustainment FY32-37
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Systems Command, intends to solicit and negotiate a sole-source contract with Lockheed Martin Aeronautics Company for the CDS Sustainment effort from FY32 to FY37. This contract will provide integrated sustainment support for the Joint Reprogramming Enterprise (JRE), which includes maintaining mission equipment, software tools, and support personnel across various reprogramming labs for the U.S. Air Force, Navy, Marine Corps, and international partners. The work is critical for ensuring the operational readiness and effectiveness of the F-35 aircraft, with the contract expected to span five years, commencing in 2032. Interested parties may submit capability statements or proposals within 15 days of this notice, and inquiries can be directed to Austin Simoni at austin.simoni@jsf.mil or by phone at 757-803-4648.
    LSJ for 67th COG Services
    General Services Administration
    The General Services Administration (GSA) is executing a Limited Source Justification for the 67th Cyber Operations Group of the U.S. Air Force, necessitating urgent cyber operations training and support services. This procurement is aimed at maintaining continuity of critical national security services while a protest regarding a previously awarded contract is resolved. The incumbent contractor, Macaulay-Brown Inc., is uniquely qualified to fulfill this requirement due to their existing top-secret clearances and specialized expertise, with a contract value of up to $2,000,000 for a 30-day base period and an optional 30-day extension. For further inquiries, interested parties may contact David Kilbourne at david.kilbourne@gsa.gov.
    GPS Antenna
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is issuing a presolicitation notice for an Indefinite Quantity Contract (IQC) to provide stock replenishment coverage for GPS antennas and related components. The procurement includes two National Stock Numbers (NSNs): the GPS Number Two (NSN: 5999-01-483-0583) with an estimated annual demand of 35 units, and an antenna (NSN: 5985-01-500-6338) with an estimated annual demand of 3 units, both critical for military operations. This contract will span a total of four years, comprising one base year and three option years, and will be solicited on an unrestricted basis, allowing all responsible sources to submit offers. Interested parties can access the solicitation, expected to be available on or about December 30, 2025, under solicitation number SPE7MX26R0030, and should direct inquiries to Stephanie Frederick at STEPHANIE.FREDERICK@DLA.MIL or by phone at 614-917-9050.