Global Positioning System (GPS) Engineering, Analysis & Remote Site Sustainment III (GEARSS III)
ID: 0719202401Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8823 SUSTAINMENT MCPNT SSC/PKLPETERSON AFB, CO, 80914-2900, USA

NAICS

Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology) (541715)

PSC

SUPPORT- PROFESSIONAL: OTHER (R499)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    Sources Sought DEPT OF DEFENSE Global Positioning System (GPS) Engineering, Analysis & Remote Site Sustainment III (GEARSS III)

    The Department of Defense, specifically the Department of the Air Force, is seeking interested offerors to compete for the execution of the GEARSS III contract. This contract is for the Next Generation Operational Control Segment (OCX) as it transitions into operations. GEARSS III will be a competitive hybrid contract, combining cost plus fixed fee (CPFF) and firm fixed price (FFP) acquisition. The contract will be awarded as a Single Award Indefinite Delivery, Indefinite Quantity (SA IDIQ) contract. The scope of the contract includes technician support at GPS Control Segment (CS) remote sites in Kwajalein, Ascension Island, Diego Garcia, Colorado Springs Monitor Station, and Cape Canaveral FL. Additionally, the contract may include scope for Defensive Cyberspace Operations (DCO) Monitoring capability at Schriever Space Force Base (SSFB), CO and Vandenberg Space Force Base (VSFB), CA. The contract is expected to have a period of performance from December 1, 2025, through December 31, 2030, with a possible six-month extension through June 30, 2031. The contract will be managed and executed in El Paso County, CO.

    The primary tasks of GEARSS III include remote site maintenance and operations support, mission essential Network Administrator Officers (NAO) support, operations support, engineering, and analysis technical expertise, DCO monitoring operations, program management, task order management, supplier/subcontract management, and contracts and pricing. The contract performance locations include SSFB, CO; VSFB, CA; and Colorado Springs, CO, with maintenance activities performed at remote sites in CAPE, ASCN, DIEGO, and KWAJ.

    Interested parties are requested to submit Statements of Capability (SOC) demonstrating relevant DoD experience related to the requirements. The Government is also seeking feedback on the notional acquisition strategy for the SA IDIQ contract. Responses from all socioeconomical categories, including small businesses, woman-owned small businesses, service-disabled veteran-owned small businesses, and 8a firms, are highly encouraged. The NAICS code applicable to this procurement is 541715 Aerospace research and development, with a small business size standard of 1,000 employees.

    The deadline for responses to this notice is 15 calendar days after the date of publication. Questions and concerns regarding this acquisition can be directed to Contract Specialist Christopher Cook or Procurement Contracting Officer Matthew Buchanan.

    Point(s) of Contact
    Files
    Similar Opportunities
    Space Systems Command (SSC) Resilient Missile Warning, Tracking, & Defense (SNR) Medium Earth Orbit (MEO) Epoch 2 (E2) Request For Prototype Proposal (RPP)—Epoch 2 SVs
    Active
    Dept Of Defense
    The Department of Defense, through the United States Space Force, is soliciting proposals for the Medium Earth Orbit (MEO) Missile Track Custody (MTC) Epoch 2 (E2) program, aimed at enhancing global tracking capabilities for hypersonic and ballistic missile threats. This initiative seeks to develop a sophisticated tracking system that integrates with existing military infrastructure to improve missile warning and defense capabilities. The government plans to award up to two Firm-Fixed Price agreements, with proposals due by 11 October 2024, and interested parties can access the Request for Prototype Proposal package and participate in virtual events for further clarification. For inquiries, contact Capt. Alexander Siangpipop at alexander.siangpipop.1@spaceforce.mil or Lt Col Brandon Castillo at brandon.castillo.1@spaceforce.mil.
    BC-SZ A&AS Bridge Action Contract
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is seeking to award the BC-SZ A&AS Bridge Action Contract, which will provide essential support services for the Space Systems Command (SSC) in El Segundo, California. This procurement aims to secure specialized personnel for tasks including strategic acquisition support, communications, reporting, budget analysis, and personnel assistance, ensuring continuity and mission readiness during a critical transition period. The contract, valued at approximately $38.9 million, will be awarded to Quantech Services Inc. as a follow-on to an existing task order, with a response deadline set for September 28, 2024. Interested parties can reach out to Capt. Keon T. Hannibal at keon.hannibal.2@spaceforce.mil or Ms. Dzung Dom at dzung.dom@spaceforce.mil for further inquiries.
    66--GLOBAL POSITIONING, IN REPAIR/MODIFICATION OF
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking proposals for the repair and modification of a global positioning system component, identified by NSN 0R-6605-016982856-RQ. The procurement involves a quantity of three units, with delivery terms set to FOB Origin, and requires government source approval prior to contract award due to the flight-critical nature of the item. Interested vendors must provide comprehensive technical data and documentation as outlined in the NAVSUP Source Approval Information Brochures, as offers lacking this information will not be considered. For further inquiries, potential bidders can contact Nadia Govorushko at (215) 697-2813 or via email at NADIA.GOVORUSHKO@NAVY.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.
    3 CTS Vector Signal Generators
    Active
    Dept Of Defense
    The Department of Defense, specifically the United States Space Force, is soliciting bids for the procurement of three Vector Signal Generators (VSGs) to support the Electromagnetic Warfare Operators Course at the Combat Training Squadron in Colorado Springs, Colorado. The procurement aims to establish a Firm Fixed Price Purchase Order for specialized equipment, including models from Rohde & Schwarz, with specific technical requirements such as dual-channel RF output and a frequency range of 100KHz to 3 GHz. This initiative is crucial for enhancing the Space Force's training capabilities and ensuring operational readiness in electromagnetic warfare. Interested small businesses must submit their quotes by September 9, 2024, with questions due by September 6, 2024; for further inquiries, contact Samuel Souil at samuel.souil@spaceforce.mil or 719-556-6599.
    21 CS CRFS RFEye Spectrum Monitoring Nodes
    Active
    Dept Of Defense
    The Department of Defense, through the 50th Contracting Squadron at Schriever Space Force Base, is seeking proposals for the acquisition of 21 Cambridge Radio Frequency Systems (CRFS) RFeye spectrum monitoring nodes. The project involves the removal of existing RFeye nodes and the installation of upgraded nodes to enhance radio frequency monitoring capabilities at Schriever SFB and Peterson SFB in Colorado. This procurement is critical for improving national security through advanced spectrum monitoring technology, ensuring compliance with cybersecurity protocols, and facilitating effective RF emitter tracking. Interested vendors must submit their quotes by September 16, 2024, and can contact John A. Hughes at john.hughes.31@us.af.mil or Sara Tolva at sara.tolva@spaceforce.mil for further information.
    Boulder Ground Innovation Facility (BGIF) Operations Support Services (BOSS) Sources Sought
    Active
    Dept Of Defense
    The U.S. Space Force seeks support services for its Space Sensing Directorate's operations at multiple locations. The primary focus is on facilitating research, development, and testing at the Boulder Ground Innovation Facility (BGIF) and the Overhead Persistent Infrared (OPIR) TAP Lab. The selected contractor will prioritize facility management and security at the BGIF and provide IT, cybersecurity, and engineering support for the OPIR TAP Lab's RDT&E mission. Additionally, they will assist with specific operations at the OPIR Battlespace Awareness Center (OBAC), focusing on engineering and hardware management. The contract, anticipated to run for five years, aims to maintain a reliable facility and enable critical missions. The government invites businesses to submit Statements of Capabilities, with a 15-page limit, by September 2024, 5pm PST.
    Space Delta 3 Spectrum Analyzers
    Active
    Dept Of Defense
    The Department of Defense, through the 21st Contracting Squadron, is seeking to procure handheld and benchmark Spectrum Analyzers from the brand Rohde & Schwarz for delivery to Peterson Space Force Base in Colorado. This procurement aims to enhance the technical capabilities related to spectrum analysis, which is crucial for measuring and testing electrical signals within government operations. Interested vendors must submit their quotes by September 11, 2024, at 10:00 AM MT, ensuring compliance with federal procurement regulations, with evaluations based on both price and technical acceptability. For further inquiries, potential bidders can contact Cayce Moses at cayce.moses@spaceforce.mil or Brittney Rosenbaum at brittney.rosenbaum@spaceforce.mil.
    Data Concentrator Unit (DCU) Refresh
    Active
    Dept Of Defense
    The U.S. Special Operations Command (USSOCOM) is planning to award a sole-source follow-on contract to SCI Technology, Inc. for the life cycle sustainment and engineering support of the Data Concentrator Unit (DCU). This procurement encompasses the integration, testing, and procurement of modified DCU-Refresh units, along with related software and hardware support, structured as a Firm Fixed Price, Cost, and Cost-Plus-Fixed-Fee Indefinite Delivery – Indefinite Quantity (IDIQ) agreement with a five-year ordering period and a six-month extension option. The DCU is critical for various military operations, and the contract is justified under FAR 6.302-1, indicating that only one responsible source can fulfill the requirements without incurring substantial duplication of costs or delays. Interested parties must submit their capabilities by 11:00 AM Eastern Time on September 10, 2024, and can reach out to Stephanie Dillon or Chase Brasher via email for further inquiries.
    Compact and Outdoor Antenna and Radome Ranges
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is preparing to issue a Request for Proposal (RFP) for the calibration and preventive maintenance of compact indoor and outdoor antenna/radome test facility equipment at Robins Air Force Base in Georgia. The contractor will be responsible for providing all necessary parts, labor, equipment, materials, travel, and services to support the Electronic Maintenance Group (EMXG), covering multiple ranges including Ranges 1-5, 9, and ALM-266, with ALM-266 requiring preventative maintenance only. This procurement is a sole source requirement directed to NSI-MI Technologies, Inc., with plans for a Firm-Fixed Price (FFP) contract for one base year and four option years, anticipated to be awarded around September 23, 2024. Interested parties may express their interest and capability to respond, but no foreign companies will be permitted to participate; inquiries can be directed to Claudette Macneil at claude.macneil@us.af.mil or Michele Watts at michele.watts.1@us.af.mil.