Launch and Early Orbit, Anomaly Resolution, and Disposal Operations (LADO) Software Follow-On Sources Sought/Request for Information
ID: FA822225PKLADOType: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8222 AFSC PZIEHILL AFB, UT, 84056-5805, USA
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is seeking information from potential vendors regarding the Launch and Early Orbit, Anomaly Resolution, and Disposal Operations (LADO) software follow-on contract. This Sources Sought/Request for Information (RFI) aims to gather insights for future contracts that will support engineering services related to LADO software, which is critical for satellite systems, including functionalities such as Telemetry, Tracking, and Commanding (TT&C), Mission Planning, and LADO Simulation. The selected contractor will be responsible for software and hardware maintenance, upgrades, cybersecurity assurance, and extensive testing and documentation to ensure operational readiness and compliance with military standards. Interested parties must submit their responses, including a company profile and capability statement, by March 7, 2025, and can direct inquiries to Christa Phillips at christa.phillips.1@us.af.mil or Ashlee Hawkins at Ashlee.Hawkins@us.af.mil.

    Files
    Title
    Posted
    The Sources Sought/Request for Information (RFI) titled "LADO Follow-On" seeks responses to gather information for potential future contracts related to engineering services supporting the Launch and Early Orbit, Anomaly Resolution, and Disposal Operations (LADO) software for satellite systems. The government highlights the major functionalities of LADO, which include Telemetry, Tracking, and Commanding (TT&C), Mission Planning, and LADO Simulation, and lists the current software and hardware in use. The RFI outlines the government's intent to sustain LADO through upgrades, documentation support, and engineering assistance, emphasizing the need for integrating security and risk management practices as dictated by the Department of the Air Force guidelines. Interested vendors must submit a response containing a company profile, capability statement, proposed approach, and data rights assertions by the deadline of March 7, 2025. The response guidelines detail required content, formatting, and specific inquiries that companies need to address, such as previous experience with similar programs and cybersecurity management. This RFI is not a solicitation but an initial step for planning, as the government assesses requirements without a current solicitation in place. Overall, the document emphasizes the importance of sustaining critical satellite operational services while maintaining robust security protocols.
    The Performance-Based Work Statement (PWS) outlines the requirements for contractor support in Launch and Early Orbit, Anomaly Resolution, and Disposal Operations (LADO) for the U.S. Air Force. The contract spans a base period of 12 months, with options for extended service. Key services include software engineering, systems engineering, testing, documentation, and cybersecurity assurance related to the Global Positioning System (GPS) software. The contractor must provide software and hardware maintenance, upgrades, and system integration, while ensuring adherence to cybersecurity standards set by the Department of Defense. The scope requires extensive testing, documentation, and training for the relevant Air Force personnel, as well as collaboration with various engineering teams. Specific tasks involve maintaining licenses for software products and providing project management support, including status reporting and risk management. The document emphasizes the need for compliance with security and quality assurance standards and outlines stringent requirements for employee training, access to facilities, and the management of subcontractor activities. Overall, it illustrates the critical functions that support the operational readiness of the Air Force’s satellite operations, ensuring precision, safety, and compliance with military standards.
    Similar Opportunities
    L-band Services - LTAC and LAISR Blanket Purchase Agreement (BPA)
    Buyer not available
    The Department of Defense, specifically 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 (LTAC) and L-band Airborne for Intelligence, Surveillance, and Reconnaissance (LAISR) services. The objective is to establish a contract vehicle that provides access to global L-band managed services to support military communications needs, emphasizing reliability, operational availability, and adherence to security protocols. Interested vendors are encouraged to review the draft Performance Work Statement (PWS) and submit their feedback, along with relevant company information, by February 28, 2025, at 3:30 PM EST, to the designated contacts, Ms. Anar Wagner and Mr. Orlando Holloway, via email.
    Logistics Readiness Squadron Support 811111
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is seeking industry input for Logistics Readiness Squadron Capabilities (LRS-C) services, with the aim of establishing a Multiple Award Contract (MAC) Indefinite Delivery Indefinite Quantity (IDIQ) contract. This initiative is designed to enhance logistical support across various Air Force bases, covering essential services such as materiel management, traffic and vehicle management, fuels management, and transportation services, with a total performance period of up to six years. The procurement is critical for ensuring operational readiness and efficient logistics management across the Air Force's operational footprint. Interested vendors must submit their responses by March 3, 2025, to the designated contacts, Katelyn N. Timmermann and Lisa Pendragon, whose emails are katelyn.timmermann@us.af.mil and lisa.pendragon@us.af.mil, respectively.
    Logistics Readiness Capabilities 561210
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is seeking market input for Logistics Readiness Squadron Capabilities (LRS-C) services as part of a Request for Information (RFI). The objective is to consolidate various logistics services across 27 locations into a Multiple Award Contract (MAC) Indefinite Delivery Indefinite Quantity (IDIQ) model, with a potential performance period of up to six years. These services are critical for supporting military operations, including materiel management, traffic management, vehicle management, fuels management, and transportation services. Interested vendors must submit their capabilities by March 3, 2025, and can direct inquiries to Katelyn N. Timmermann at katelyn.timmermann@us.af.mil or Lisa Pendragon at lisa.pendragon@us.af.mil.
    Logistics Readiness Squadron Capabilities 488119
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is seeking industry input for the Logistics Readiness Squadron Capabilities (LRS-C) as part of a potential enterprise contract. The objective is to gather information from vendors capable of providing logistics support services across 27 locations, including material management, traffic and vehicle management, fuels management, and ground transportation, under a Multiple Award Contract (MAC) Indefinite Delivery Indefinite Quantity (IDIQ) framework with a potential performance period of up to six years. This initiative is crucial for enhancing operational readiness and support across Air Force bases, both within the continental United States and overseas. Interested vendors must submit their capability assessments by March 3, 2025, to the designated contacts, Katelyn N. Timmermann at katelyn.timmermann@us.af.mil and Lisa Pendragon at lisa.pendragon@us.af.mil.
    AFRL LEO Computational Imaging RFI
    Buyer not available
    The Department of Defense, through the Air Force Research Laboratory (AFRL), is seeking industry feedback via a Request for Information (RFI) regarding the development of low earth orbit (LEO) computational imaging architecture. This initiative aims to enhance future electro-optical moving target engagement capabilities and inform the acquisition strategy and technical approach for such systems, focusing on the general system acquisition and the space segment, which includes payload and spacecraft considerations. The AFRL is exploring various contract types and welcomes input from industry respondents on optimal arrangements, emphasizing that this RFI is purely informational and does not guarantee future Requests for Proposals (RFPs) or contracts. Interested parties must submit their responses by March 7th, 2025, and can obtain the full Controlled Unclassified Information (CUI) RFI by contacting the designated points of contact, Reed Weber and Quinn Dobson, via email.
    Fixed Wing Lightweight Hardware Recovery System (LARS) Hardware Refresh
    Buyer not available
    The Department of Defense, through the Air Force Life Cycle Management Center (AFLCMC), is planning to issue a sole-source solicitation for a Fixed Price contract to support the Fixed Wing Section for Special Operations Forces/Personnel Recovery (SOF/PR) at Robins Air Force Base. This procurement aims to acquire designs for a hardware replacement of the Lightweight Airborne Recovery System (LARS) as part of a trade study for hardware refresh on C-130 platforms, with a performance period set from May 1, 2025, to September 1, 2025. The selected contractor will deliver the hardware to the HC/MC Engineering Team for analysis, following FAR Part 15 regulations, with the contract expected to be awarded solely to Cubic Defense Applications, Inc. Interested parties may submit capability statements for consideration, with a solicitation anticipated to be posted on SAM.gov by January 31, 2025, and responses due by March 31, 2025. For further inquiries, contact Tiffany Wilcher at tiffany.wilcher@us.af.mil or Darryl Baker at darryl.baker.6@us.af.mil.
    Logistics Readiness Squadron Capabilities
    Buyer not available
    The Department of Defense, through the Air Force Installation Contracting Command, is seeking industry insights for the Logistics Readiness Squadron Capabilities (LRS-C) services, aiming to establish a Multiple Award Contract (MAC) Indefinite Delivery Indefinite Quantity (IDIQ) for logistics support across all Air Force bases. The procurement focuses on comprehensive logistics services, including material management, traffic management, vehicle management, fuels management, and surge support, with a performance period potentially extending up to six years. This initiative is critical for enhancing the efficiency and effectiveness of logistics operations within the Air Force, ensuring robust support for military readiness. Interested vendors must submit their capabilities and past performance information by February 14, 2025, to the designated contacts, Katelyn N. Timmermann at katelyn.timmermann@us.af.mil or Lisa Pendragon at lisa.pendragon@us.af.mil.
    Thinklogical Parts and Warranty
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking information from potential resellers for the procurement of ThinkLogical computer equipment as part of a sources sought notice. The primary objective is to acquire specific electronic components, including computing cards and chassis, along with warranty services, as detailed in the associated documentation. This procurement is crucial for supporting the operational needs of the Peterson Space Force Base, emphasizing the importance of reliable electronic components in defense operations. Interested vendors must submit their responses by February 7, 2025, addressing their delivery capabilities and warranty details, while any questions regarding the requirements should be submitted by February 5, 2025, to the primary contacts Kristina Worthing and Brittney Rosenbaum at the provided email addresses.
    Request for Information Software as a Service 3.0
    Buyer not available
    The Department of Defense, specifically the Air Force Nuclear Weapons Center (AFNWC), is seeking industry input through a Request for Information (RFI) regarding Software as a Service (SaaS) solutions to modernize its software applications supporting nuclear deterrence missions. The primary objective is to transition from legacy systems to a cloud-enabled architecture that enhances procurement efficiency and expedites capability delivery to the warfighter, while also managing over 2,000 software applications for a user base exceeding 1,000 by FY23. This initiative is critical for improving system reliability, reducing procurement timelines, and adopting continuous integration and delivery pipelines for software deployment. Interested parties can reach out to Hunter Adams at hunter.adams.5@us.af.mil or call 801-586-7750, or contact Raquel Zaelit at raquel.zaelit@us.af.mil or 801-586-7728 for further information.
    Request for Information (RFI) for Launched Effects (LE) Payloads
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking industry input through a Request for Information (RFI) regarding Launched Effects (LE) payloads, which include both Air Launched Effects (ALE) and Surface Launched Effects (SLE). The objective is to gather information on existing and future payload solutions that can autonomously or semi-autonomously deliver operational effects, enhance situational awareness, and support various military operations by integrating with a diverse ecosystem of air vehicles and systems. This initiative is crucial for improving the capabilities of military formations in detecting, identifying, and responding to threats while ensuring the protection of friendly forces. Interested vendors must submit white papers detailing their solutions by March 14, 2025, and can contact Curt McMullen or MAJ Charles Rapp for further information.