Command and Control Console Upgrade
ID: WDAB10252024Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA2517 21 CONS BLDG 350PETERSON SFB, CO, 80914-1117, USA
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is conducting a Sources Sought announcement for a Command and Control (C2) Console Upgrade at Peterson Space Force Base, Colorado. The objective is to assess market interest and capabilities for supplying and installing C2 console equipment, which is critical for enhancing the dispatch capabilities of the existing communications infrastructure. This upgrade will involve hardware and software enhancements, installation of new workstations, and ensuring interoperability with current voice networks, thereby improving operational effectiveness. Interested vendors should respond with their qualifications, lead times, and compatibility information by February 9, 2024, at 10:00 am Mountain Time, and can direct inquiries to William R. Dabbs or Stephen Carr via the provided contact details.

    Files
    Title
    Posted
    The Performance Work Statement (PWS) outlines the requirements for upgrading the Unify HiPath communications system at the Colorado Springs Regional Command Post (CSRCP) located at Peterson Space Force Base. The contract aims to enhance the dispatch capabilities of the existing communications infrastructure, integrating a new Unify OpenScape Command and Control system. Key tasks include hardware and software upgrades, installation of new controller workstations, and ensuring interoperability with existing voice networks. The contractor must coordinate with relevant authorities for system transitions without disrupting ongoing operations, adhering to ANSI cabling standards. Additionally, the contract specifies a one-year maintenance warranty upon system acceptance. Security protocols necessitate background checks for all contractor personnel to ensure compliance with installation access requirements. The document emphasizes collaboration between the contractor and the government, detailing responsibilities, project timelines, and work hour restrictions while maintaining a safe work environment. Overall, it highlights the commitment to enhancing communication capabilities critical for operational effectiveness.
    The government file outlines a comprehensive procurement requirement focused on telecommunications equipment and licenses. It includes multiple entries for hardware such as the Audiocodes Mediant 800B voice interface systems, OpenScape Voice licenses, and various supporting installation materials necessary for setting up a robust VoIP infrastructure. Additionally, it specifies servers, power backup solutions, and unique licensing for systems management and application upgrades, reflecting the government’s commitment to maintaining effective communication systems. Furthermore, the document emphasizes the need for essential accessories like headsets, cables, and rack systems, which are critical for functionality and installation. Maintenance and software support contracts are also presented, showcasing a proactive approach to long-term system resilience. This procurement effort aligns with government RFPs aimed at enhancing communication capabilities while ensuring compliance with federal standards. The document illustrates careful consideration of technical specifications and quantities required for various licenses, thereby facilitating a systematic upgrade of telecommunications infrastructure across government operations.
    The 21st Contracting Squadron is conducting market research through a Sources Sought announcement for the Peterson C2 Console Upgrade at Peterson Space Force Base, Colorado. The purpose is to assess the interest and capabilities of potential vendors in supplying and installing command and control (C2) console equipment aligned with the specifications in the provided performance work statement and equipment list. Interested companies are invited to respond with information regarding their classification as a small business, lead time for providing the equipment, the intention to provide a quote, and compatibility of proposed software with Unify C2 centers. Responses should be directed to the designated contracting specialists by February 9, 2024, at 10:00 am Mountain Time. This announcement is not a solicitation, but rather for planning and informational purposes, aiming to facilitate the procurement process for the intended equipment at the command center.
    Lifecycle
    Title
    Type
    Sources Sought
    Similar Opportunities
    C2 Console Sustainment
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for a non-personal services contract titled "C2 Console Sustainment" to maintain the Advanced Console System (ACS) at various U.S. Space Force locations. The contractor will be responsible for ensuring uninterrupted operations through corrective maintenance, remote monitoring, and technician dispatch services, addressing outages categorized as catastrophic, major, or minor, with defined response times. This contract is crucial for maintaining operational readiness and support for command post activities, with a performance period from December 1, 2024, to November 30, 2025. Interested small businesses must submit their quotations by November 12, 2024, and can contact Tiffany Harley at tiffany.harley.2@spaceforce.mil or Stephen Carr at stephen.carr.12@spaceforce.mil for further information.
    Command and Control Simulation Environment for Training (C2SET)
    Active
    Dept Of Defense
    The Department of Defense, specifically the Air Force Life Cycle Management Center (AFLCMC), is seeking information from potential sources to develop and enhance the Command and Control Simulation Environment for Training (C2SET) at Hanscom AFB, Massachusetts. This initiative aims to modernize and sustain critical modeling, simulation, and analysis (MS&A) software essential for Air Force training operations, focusing on interoperability and the integration of existing training tools. Interested parties are encouraged to respond to the Supplemental Request for Information (RFI) by October 29, 2024, providing insights on their capabilities, workforce capacity, and systems engineering approaches. For further inquiries, respondents may contact Angela Lynch at angela.lynch.3@us.af.mil or Kathryn Kester at kathryn.kester@us.af.mil.
    Peterson SFB Wifi Services
    Active
    Dept Of Defense
    The Department of Defense, through the 21st Contracting Squadron (21 CONS), is seeking qualified vendors to establish one or more Blanket Purchase Agreements (BPAs) for commercial WiFi services at Peterson Space Force Base (SFB) in Colorado. Vendors must demonstrate their capability to provide comprehensive internet access, including various service tiers ranging from 1MB to 1GB, along with customer support, maintenance, and adherence to specific installation protocols. This procurement is crucial for ensuring reliable communication infrastructure at the military installation, with a response deadline set for August 16, 2029. Interested parties should contact Contracting Officer Jake Hluska at james.hluska@spaceforce.mil for further details.
    Forward Edge Cross Domain Solutions RFI
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is conducting a Request for Information (RFI) to identify potential sources for a Forward Edge Cross Domain Solutions (CDS) system tailored for Internet Protocol traffic. The primary objective is to develop a compact and lightweight CDS capable of facilitating secure communication between classified and unclassified networks utilized by Special Operations Command (SOCOM), ensuring the transmission of critical data such as Curser on Target (CoT) and video feeds. This initiative is vital for enhancing operational capabilities by integrating partner forces into the kill chain, thereby improving the efficiency and effectiveness of military operations. Interested vendors are encouraged to submit their qualifications, technology details, and compliance strategies to Jared Rush at jared.rush@us.af.mil or Bryce Haney at bryce.haney.3@us.af.mil, as this RFI will inform the government's acquisition strategy but does not constitute a solicitation for proposals.
    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.
    RFI PMO 17 October 2024
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide Program Management Support services at Buckley Space Force Base in Aurora, Colorado. The contractor will be responsible for supplying six Full-Time Equivalent (FTE) positions, including a Program Manager and maintenance personnel, to ensure effective facility management and operational efficiency as outlined in the Performance Work Statement (PWS). This procurement is critical for maintaining and enhancing facility operations, ensuring compliance with operational standards, and addressing maintenance requests promptly. Interested parties should contact Anna Mallett at anna.mallett@spaceforce.mil or Zach Mckie at zachariah.mckie@spaceforce.mil for further details, as this opportunity is set aside for small businesses under the SBA guidelines.
    Motorola Radio Consolettes at Goodfellow AFB, Texas
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the procurement of Motorola Radio Consolettes at Goodfellow Air Force Base in Texas. This opportunity involves a firm-fixed-price contract for the purchase, installation, and maintenance of six Motorola radios to enhance emergency communication capabilities, ensuring interoperability among various Emergency Communication Centers and Operations Centers. The project is critical for improving public safety communication through advanced technology, and interested vendors must submit their quotes by November 8, 2024, with a site visit scheduled for November 4, 2024. For further inquiries, potential offerors can contact Michael L. Haynes at michael.haynes.20@us.af.mil or Matthew Loffredo at matthew.loffredo@us.af.mil.
    Program Executive Office Command Control, Communications: Tactical (PEO C3T) Mission Command: Hardware and Software Architecture recommendations for Cross Domain Solution (CDS)
    Active
    Dept Of Defense
    The Department of Defense, specifically the Program Executive Office Command Control, Communications: Tactical (PEO C3T), is seeking recommendations for hardware and software architecture related to Cross Domain Solutions (CDS) to enhance interoperability between security domains. The objective is to develop a CDS that meets the National Cross Domain Strategy Management Office (NCDSMO) requirements, enabling the secure transfer of information across multiple security domains, which is critical for effective Warfighter operations and intelligence sharing. Interested vendors must submit their responses electronically by noon (12 PM) EST on November 15, 2024, and are encouraged to address specific requirements outlined in the Request for Information (RFI), including compliance with IPv4 and IPv6 standards and support for high-threat networks. For inquiries, contact Virginia Pippen at virginia.a.pippen.civ@army.mil or Cynthia Grove at cynthia.a.grove.ctr@army.mil.
    70--DISPLAY CONSOLE, IN REPAIR/MODIFICATION OF
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting qualified contractors to provide repair and modification services for DISPLAY CONSOLES. The procurement requires contractors to furnish labor, materials, and facilities necessary to evaluate, repair, and modify the specified items, with a firm fixed price or estimated pricing structure for the repair services. These DISPLAY CONSOLES are critical components used in various defense applications, and the contract emphasizes the importance of compliance with operational and functional requirements, including strict quality assurance measures. Interested contractors must submit their proposals by November 1, 2024, and can direct inquiries to Holly Tibbens at 717-605-5570 or via email at HOLLY.TIBBENS@NAVY.MIL.
    Hardware and Software Architecture for Cross Domain Solutions (CDS)
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army's W6DR PEO C3T office, is seeking information regarding hardware and software architecture for Cross Domain Solutions (CDS) to enhance interoperability between security domains. The RFI outlines essential requirements for the CDS, including compliance with National Cross Domain Strategy Management Office (NCDSMO) standards, support for high-threat networks, and the capability to handle both structured and unstructured data formats across multiple security domains. This initiative is critical for ensuring timely information sharing among military divisions and mission partners, thereby supporting Warfighter operations. Interested vendors must submit their responses electronically by noon (12 PM) EST on November 27, 2024, and can direct inquiries to Virginia Pippen at virginia.a.pippen.civ@army.mil by October 25, 2024.