Sonic Boom Analysis Vandenberg SFB
ID: FA461025Q0001Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4610 30 CONS PKVANDENBERG SFB, CA, 93437-5212, USA

NAICS

Other Scientific and Technical Consulting Services (541690)

PSC

SUPPORT- PROFESSIONAL: OTHER (R499)
Timeline
    Description

    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.

    Files
    Title
    Posted
    The Department of Defense's Space Launch Delta 30 (SLD 30) has issued a Statement of Work (SOW) focused on conducting an acoustic measurement study of sonic booms generated by rocket launches in Santa Barbara, Ventura, and Los Angeles counties. The objective is to gather data on sonic boom impacts under varying trajectories and weather conditions, addressing public concerns. The SOW outlines the requirements for both the agency and the contracted analysis team, detailing responsibilities such as performing quarterly acoustic measurements, utilizing specific sound recording technologies, and employing modeling software (PCBoom) for validation against real-time data. The agency must provide timely launch assessment notifications and access to necessary sites while ensuring compliance with existing federal and state regulations. Overall, this initiative aims to enhance understanding of sonic boom characteristics, thus facilitating safer launch operations and minimizing public disturbances.
    The document outlines a series of government Requests for Proposals (RFPs) and grants at federal, state, and local levels, focusing on procurement opportunities and funding initiatives. It highlights the importance of these RFPs in facilitating governmental projects and services, aiming to encourage participation from various organizations and businesses. Key points include the types of projects being funded and their requirements, eligibility criteria for applicants, and the timeline for proposal submissions. The document emphasizes transparency and competitive bidding processes, ensuring adherence to regulations and standards set by governing bodies. Additionally, it serves as a resource for potential applicants seeking funding opportunities, providing details necessary for crafting competitive proposals. This initiative reflects the government's commitment to fostering economic growth and public service enhancement by leveraging external expertise and resources.
    The document outlines the requirements for submitting a Technical Experience Questionnaire as part of the Request for Quote (RFQ) FA461025Q0001 for Sonic Boom Analysis services. Offerors must demonstrate a minimum of three years of relevant experience within the past seven years, detailing their work and providing references to validate this experience. The evaluation of submissions will be based on an adjectival rating system—Good, Acceptable, or Unacceptable—reflecting the degree of compliance with the Statement of Work (SOW) requirements. Additionally, offerors must disclose any subcontracting arrangements, specifying the percentage of work to be performed by subcontractors versus their role as the prime contractor. The document serves to ensure that only qualified entities with established expertise in sonic boom analysis are eligible for contract award, emphasizing the importance of detailed experience documentation and the integrity of submitted references in the evaluation process.
    The Women-Owned Small Business (WOSB) solicitation document outlines a request for proposals (RFP) regarding the analysis of sonic booms produced by rocket launches at Vandenberg Space Force Base. The contract, designated FA461025Q0001, requires a contractor to conduct quarterly acoustic measurements and participate in collaborative working groups, delivering reports and recommendations. The procurement is structured as a firm fixed-price service with four required analyses scheduled from December 1, 2024, to November 30, 2025. Key details include contact information for administrative personnel, specific clauses regarding payment and contracting processes, and the incorporation of federal regulations relevant to government contracts. The solicitation emphasizes adherence to regulations concerning small business contracting, including set-asides for economically disadvantaged and women-owned businesses. This document serves as part of a governmental effort to engage small businesses in fulfilling the operational needs of the Space Force while ensuring compliance with federal acquisition policies to promote inclusive economic opportunities. The overall aim is to enhance monitoring of sonic booms, reflecting ongoing priorities in aerospace management at government facilities.
    This government document is an Amendment to a solicitation, specifically Amendment 0001 for the RFQ FA461025Q0001, and it primarily addresses procedural updates regarding bid submissions and availability of funds. Key points include the extension of the offer receipt deadline, requirements for acknowledging this amendment, and clarifications on funding status. Notably, it conveys that the Government will not make awards until funds are available and reserves the right to cancel the solicitation at any time without financial obligation to the offerors. Additionally, the document outlines submission instructions for offerors, stressing the need for complete and timely responses, encapsulated in two parts - Price and Technical. Offerors are advised on technical experience requirements, particularly in Sonic Boom Analysis, and must provide a questionnaire to support their qualifications. Past performance references will be gathered by the Government based on existing submissions. The document's formal tone and detailed instructions are typical of federal RFPs, emphasizing compliance with government procurement processes while informing potential contractors of obligations and requirements essential for participation in the bidding process. The deadline for award consideration is set for no later than December 3, 2024.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    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.
    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.
    USAF Academy Band Recording Engineer Service – Peterson SFB - Amendment 1
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Space Force, is soliciting proposals for recording engineer services for the USAF Academy Band at Peterson Space Force Base, Colorado, under solicitation number FA251725Q0003. The contractor will be responsible for all phases of audio production, including recording, editing, mixing, and mastering, for a CD project scheduled from October 31 to November 8, 2024, involving a full band of 19 musicians. This procurement emphasizes the need for high-quality audio equipment and expertise in big band jazz recordings, reflecting the military's commitment to professional music production standards. Interested small businesses must submit their proposals by October 22, 2024, and can contact Kyle Richmond at kyle.richmond@spaceforce.mil or 719-556-6281 for further information.
    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.
    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.
    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.
    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 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.
    L-band Services - LTAC and LAISR Blanket Purchase Agreement (BPA)
    Active
    Dept Of Defense
    The Department of Defense, through the United States Space Force (USSF) Space Systems Command (SSC), is seeking industry feedback for a Blanket Purchase Agreement (BPA) focused on L-band Tactical Satellite Communications (LTAC) and Airborne Intelligence, Surveillance, and Reconnaissance (LAISR) services. The objective is to gather detailed insights and best practices from potential vendors to inform the acquisition strategy, specifically regarding service capabilities, frequency operations, and necessary hardware. This initiative is crucial for supporting Department of Defense and Federal Agencies' communication needs. Interested vendors must submit tailored responses in a 5-page white paper format by November 1, 2024, to the designated contacts, Karla Delaney and Anar Wagner, via email, ensuring proprietary information is marked as non-disclosable.