DRAFT FOPR for 24/7 NOC _ OASIS+ Total Small Business
ID: FA880625RB003Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8806 BATTLE MNGMNT C3 SSC/BCKEL SEGUNDO, CA, 90245-2808, USA

NAICS

Engineering Services (541330)

PSC

IT AND TELECOM - PLATFORM PRODUCTS: DATABASE, MAINFRAME, MIDDLEWARE (HW, PERPETUAL LICENSE SOFTWARE) (7H20)

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 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.laguna_lagos.3@spaceforce.mil or 310-701-2453.

    Files
    Title
    Posted
    The Department of the Air Force, specifically the United States Space Force, announced a Draft Fair Opportunity Request for Proposal (FOPR) for a 24/7 Network Operations Center (NOC). This proposal is intended for companies holding a GSA OASIS+ Total Small Business Indefinite Delivery Indefinite Quantity (IDIQ) contract, with a focus on facilitating a cost plus fixed fee delivery order over a five-year period. The NOC will provide personnel for operational space command and control. The draft indicates an anticipated award date around May 9, 2025, following a structured timeline for proposal submission and evaluation. Interested companies must express their intent to participate by October 30, 2024, and submit feedback about the draft documents by the same deadline, ensuring responses will be addressed by November 5, 2024. Key attachments also include a Statement of Work and various regulatory requirements essential for the proposal process, showcasing the systematic approach to support space operations through competitive bidding within the federal contracting framework. Overall, this initiative supports ongoing efforts to enhance operational capabilities in space command while adhering to regulatory standards and providing opportunities for small businesses.
    The document outlines the Statement of Work (SOW) for a 24/7 Network Operations Center (NOC) associated with the United States Space Force's Space Command and Control program. The SOW details the responsibilities of the contractor, who will manage and support operations at Vandenberg Space Force Base, focusing on providing comprehensive Tier 1 and Tier 2 support for space software systems, operational monitoring, and network infrastructure. The contract emphasizes a modular approach to program management, hiring competent personnel, and maintaining ongoing communication with key stakeholders. Key activities include establishing a NOC for continuous monitoring, delivering on-site support, resolving user access issues, and adhering to cybersecurity measures. The contractor must engage in Agile management practices, provide regular reports, and execute transition support plans for operational continuity. Successful execution is crucial for maintaining mission capabilities and meeting the objectives outlined in the acquisition and management of services contract. This process showcases the government's commitment to improving space operational effectiveness and ensuring secure, reliable communications for military and operational needs.
    The document outlines the Fair Opportunity Proposal Request Procedures for the 24x7 Network Operations Center (NOC) support contract under the Multiple Award Indefinite Delivery Indefinite Quantity (IDIQ) Contract. It specifies the process for submitting proposals, evaluation criteria, and proposal formats required to secure a contract for operational space C2 acquisition. Key evaluation factors include technical approaches, cost/price volume, and contract compliance. Proposals will be assessed on the management approach and infrastructure approach, with a notable emphasis on technical merit over cost. Importance is placed on a clear submission structure comprising technical, cost, and documentation volumes, each with detailed requirements and page limits. The submission process mandates electronic proposals via a secure file transfer system, ensuring clarity and compliance with formatting standards. Interchanges with offerors are limited, emphasizing the need for complete and competitive proposals initially. The document emphasizes robust evaluation methodologies to ensure the best value for the government, highlighting the criticality of compliance and innovation in submissions. This RFP serves to enhance government operational capabilities through strategic partnerships with capable entities.
    The Contract Data Requirements List (CDRL) outlines the minimum data delivery requirements for contractors involved in the 24/7 Network Operations Center project under an Indefinite Delivery Indefinite Quantity (IDIQ) contract. It emphasizes the importance of Government Purpose Rights, allowing the government to use and share technical data generated. The document specifies processes for data submission, distribution, and acceptance, noting that all deliveries must include transmittal letters that detail contract information and must be monitored with Material Inspection and Receiving Reports (DD Form 250). Acceptance of deliverables lies with the Contracting Officer's Representative, and the contractor must revise submissions as necessary. The CDRL defines key terms and establishes the responsibilities of various parties in managing document distribution and acceptance timelines. A master index lists specific data items required, ensuring clarity in obligation delivery. The instructions aim to standardize contract management and compliance while enhancing interagency usability of data produced. This document is vital for ensuring that contractors understand their responsibilities and the government's rights regarding produced data, thereby facilitating effective contract execution and interagency collaboration.
    The document outlines the requirements for a pricing table that vendors must complete as part of a federal request for proposal (RFP). The pricing table is designed to evaluate total costs for work related to the Knowledge Management (KM) Baseline Description and is subject to government oversight. It provides a structure for submitting supply costs, including calculations for labor rates and additional tabs as needed for justification. Key components include annual cost projections broken down by fiscal year, anticipated full-time equivalent (FTE) requirements, and various testing and engagement costs associated with the project. Important notes specify areas in the document to be filled out and emphasize the need for linked calculations to ensure accuracy. Overall, the document serves as a comprehensive guide for vendors to draft their proposals accurately, ensuring clarity of financial expectations associated with the project while maintaining the need for flexibility in their submissions.
    The Space Systems Command has developed an Organizational Conflicts of Interest (OCI) Mitigation Plan Checklist dated October 9, 2024, outlining essential components for compliance in contract acquisitions. The checklist includes a corporate commitment statement, organizational structure descriptions, and charts for both the parent organization and performing business unit. It mandates documented commitments from all subcontractors and teammates and stipulates the oversight processes for the OCI Plan, including designated responsibilities for its administration and documentation. Training requirements for personnel and protocols for managing individual conflicts are also detailed, along with necessary non-disclosure agreements to safeguard sensitive information. The document emphasizes the frequency of internal audits and mandates reporting processes for any identified OCI situations, mitigation techniques, and corrective actions. Additionally, the checklist requires thorough identification and explanation of actual and potential OCI situations, classifying them based on their nature and impact. Each identified situation must be accompanied by targeted avoidance or mitigation strategies managed by responsible personnel. The OCI Plan itself must be attached by the offeror in compliance with these outlined procedures, ensuring integrity and transparency in contract performance. This framework underlines the importance of proactive OCI management in federal procurements.
    The Quality Assurance Surveillance Plan (QASP) outlines a framework for evaluating the contractor's performance in supplying services to the United States Space Force (USSF). The plan delineates the monitoring scope, methods, and responsible parties involved in assuring quality control throughout the contract lifecycle. The government holds the responsibility for objective performance evaluation while contractors must manage their quality initiatives. Key roles are defined, including the Procuring Contracting Officer (PCO), who oversees compliance and fairness, and the Contracting Officer’s Representative (COR), tasked with technical administration and performance documentation. Performance standards are established to measure service efficacy, aligning contractor outputs with acceptable quality levels (AQL). Surveillance techniques, such as direct observation, periodic inspection, and user surveys, are employed to assess performance against specified thresholds. Regular meetings support ongoing evaluation and feedback, ensuring adjustments to the plan as necessary. The QASP serves as a living document, subject to revision with contractor collaboration, to ensure effective quality management and responsiveness to unforeseen circumstances. Documentation processes, including acceptance and discrepancy reporting, reinforce accountability and corrective action planning, pivotal for maintaining high performance standards throughout the contract period.
    The forthcoming government document will address requests for proposals (RFPs) and grant opportunities at the federal, state, and local levels. It is anticipated to detail the procedures, eligibility criteria, and funding priorities associated with these RFPs and grants. Stakeholders, including government agencies, nonprofit organizations, and businesses, are likely to benefit from the information provided, which will facilitate their participation in securing funding for various projects. The document is expected to emphasize transparency, compliance with regulatory standards, and the importance of aligning project objectives with government initiatives. The overall aim is to enhance collaboration between the government and external entities while promoting efficient use of public funds. Once released, this file will serve as a critical resource for potential applicants seeking financial support for projects that align with governmental goals and community needs.
    The document outlines the draft for a 24/7 Network Operations Center (NOC) Request for Proposal (RFP). It includes a structured feedback format with comments categorized as Critical, Substantive, and Administrative, aimed at resolving potential issues before finalization. Critical comments identify significant deficiencies that could lead to a non-concur status and require detailed resolutions. Substantive comments address elements of the draft that may be unnecessary or misleading, while Administrative comments correct minor errors in the text. The document sponsor can either accept, reject, or partially accept/reject comments for resolution. This RFP aims to establish a continuous operational environment for monitoring and managing the network infrastructure, ensuring reliability and efficiency in services provided. The structured feedback mechanism is crucial in refining the proposal to meet government standards and expectations, fostering transparency and collaboration in the procurement process.
    The document outlines the solicitation for a federal contract, incorporating various applicable clauses, regulations, and requirements necessary for contractors responding to the Request for Proposal (RFP). Key topics include compliance with DoD requirements, compensation guidelines for former officials, safeguarding sensitive information, and the necessity of providing unique item identifiers for certain delivered goods. The document emphasizes the evaluation criteria, submission processes for payment requests through the Wide Area Workflow (WAWF), and the importance of transparency in pricing data to ensure fair government procurement. Furthermore, it incorporates provisions relevant to small businesses, including requirements for representation as a small or disadvantaged business. Overall, the document serves as a comprehensive guideline for contractors, highlighting their obligations, reporting protocols, and evaluation metrics crucial to the successful execution of government contracts.
    The document outlines a solicitation for a contract to establish a 24/7 Network Operations Center (NOC) at Vandenberg Space Force Base, primarily aimed at supporting the Space Systems Command. The contract number FA880625RB003, effective from February 3, 2025, is valued at $25.5 million and includes specific pricing arrangements for service delivery and associated travel costs, set for a duration of 60 months. It establishes requirements for inspection and acceptance at designated military locations and mandates adherence to various contract clauses concerning safety, security, and organizational conflicts of interest. Key contract details include standardized security protocols, health and safety precautions on military installations, and performance assessments. The document references a range of attachments including the Statement of Work, quality assurance plans, and cost data summaries, which further delineate specifications and operational responsibilities. The overall goal is to engage a contractor that meets the government's stipulations while contributing to enhanced operational support for military space initiatives. This solicitation exemplifies the federal government's efforts to integrate and enhance defense capabilities through structured procurement practices.
    Lifecycle
    Title
    Type
    Similar Opportunities
    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 aims to secure comprehensive maintenance services for nine substations and one meter yard, ensuring operational continuity and compliance with federal regulations during both routine operations and emergencies. The contract, set aside for small businesses under NAICS code 237130, has a total funding amount of $45 million and requires proposals to be submitted by October 31, 2024, with a pre-proposal conference scheduled for October 15, 2024. Interested parties should contact Jessica Rowe at jessica.rowe.5@spaceforce.mil or William Bumpass at william.bumpass.1@spaceforce.mil for further details.
    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.
    Sonic Boom Analysis Vandenberg SFB
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for Sonic Boom Analysis Services at Vandenberg Space Force Base (VSFB) in California. The objective of this procurement is to conduct acoustic measurement studies of sonic booms generated by rocket launches, addressing public concerns and enhancing understanding of sonic boom impacts under various conditions. This initiative is crucial for ensuring safer launch operations and minimizing disturbances to the surrounding communities. Interested offerors must submit their proposals by October 30, 2024, at 12:00 PM PST, and are required to be registered with the System for Award Management (SAM). For further inquiries, potential bidders can contact Jessica Rowe at jessica.rowe.5@spaceforce.mil or William Bumpass at william.bumpass.1@spaceforce.mil.
    Pacific Range Support Team (PRST)
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified sources to support the Pacific Range Support Team (PRST) at Vandenberg Space Force Base in California. The procurement aims to provide professional engineering support for missile defense system-related range interface and coordination efforts, as well as test resource integration and interoperability. This initiative is crucial for enhancing the capabilities of the Missile Defense Agency (MDA) and ensuring effective test planning and execution within the Western Range. Interested parties must respond by November 12, 2024, at 4:00 p.m. PST, and should include detailed company information and qualifications as outlined in the Request for Information. For further inquiries, contact Katherine Williams at katherine.williams.9@spaceforce.mil or Cheryl Guiden Burns at cheryl.guiden-burns@spaceforce.mil.
    Multiple Award Construction Contract (MACC) at Vandenberg Space Force Base, California
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is seeking qualified contractors for the Multiple Award Construction Contract (MACC) at Vandenberg Space Force Base in California. This procurement aims to establish a competitive vehicle for a broad range of maintenance, repair, and new construction projects at Vandenberg SFB and its remote locations, specifically targeting 8(a) firms registered under NAICS code 236220, Commercial and Institutional Building Construction. The anticipated contract will consist of up to five indefinite-delivery, indefinite-quantity contracts with a total ceiling of $562.5 million, and individual task orders valued between $2,000 and $25 million, with proposals due by October 21, 2024, at 3 PM PDT. Interested parties should direct inquiries to Alyson R. Kolding at alyson.kolding@spaceforce.mil or Jennifer Paccioretti at jennifer.paccioretti@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 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.
    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.
    Ground-Based Electro-Optical Deep Space Surveillance System (GEODSS) / Ground-Based Optical Sensor System (GBOSS) Operation and Maintenance (O&M) Recompete
    Active
    Dept Of Defense
    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.
    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.
    Commercial Solution Opening (CSO) SLD 30
    Active
    Dept Of Defense
    Solicitation Notice: DEPT OF DEFENSE is seeking Commercial Solution Opening (CSO) for Miscellaneous Items. The CSO is authorized by Department of Defense (DoD) Class Deviation (CD) 2022-O0007. The purpose of this CSO is to acquire innovative commercial items, technologies, and services that fulfill requirements, close capability gaps, or provide potential technology advancements. The USSF intends to obtain "innovative" solutions or potential new capabilities that enhance or streamline USSF mission capabilities. This CSO will remain open for Calls indefinitely with an annual update. The Government reserves the right to award all, part, or none of the proposals received. Each Call will be announced on SAM.gov and other media, and may result in the award of a FAR Part 12 contract or an OTA. The Calls will contain broadly defined Areas of Interest (AOIs) and more specific problem topic interest areas. The Government is not obligated to make any awards as a result of this CSO and/or Calls issued under this CSO, and all awards are subject to the availability of funds and successful negotiations.