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
    Global Protective Services (GPS) Pre-Solicitation Synopsis
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is preparing to solicit proposals for the Global Protective Services (GPS) program, which is expected to exceed $10 million. Interested vendors must comply with Equal Employment Opportunity (EEO) regulations and be registered on the Office of Federal Contract Compliance Program's National Pre-Award Registry or provide verification of EEO compliance upon request to be eligible for contract award. This procurement is critical for ensuring security services, as it encompasses the provision of security guards and patrol services, which are essential for maintaining safety and order in various operational environments. Vendors are encouraged to submit proposals even if they are not yet cleared or registered, but must secure EEO clearance or registration prior to contract award. For further inquiries, interested parties can contact the ACC-RI GPS Team at usarmy.ria.acc.mbx.gps@army.mil.
    Global Protective Services (GPS) Pre-Solicitation Synopsis
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Contracting Command - Rock Island (ACC-RI), is preparing to issue a full and open solicitation for Global Protective Services (GPS), which encompasses a range of security services including armed and unarmed guard services, mobile security teams, and protective service teams. This procurement aims to enhance safety and stability in regions lacking adequate security forces, supporting U.S. military and governmental operations both domestically and internationally. The total combined value of all Indefinite Delivery Indefinite Quantity (IDIQ) awards is estimated to reach $10.3 billion over a maximum period of ten years, with proposals evaluated based on a Highest Technically Rated Offeror (HTRO) approach. Interested parties can contact the ACC-RI GPS Team at usarmy.ria.acc.mbx.gps@army.mil for further information, and they must be registered in the System for Award Management (SAM) to be eligible for contract awards.
    21 CS CRFS RFEye Spectrum Monitoring Nodes
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the acquisition of 21 CRFS RFeye Spectrum Monitoring Nodes to enhance the existing spectrum monitoring capabilities at Schriever Space Force Base (SSFB) in Colorado. The procurement involves the design, engineering, installation, and testing of a new node to complement the current Commercial-Off-The-Shelf (COTS) turn-key spectrum monitoring system, which is crucial for monitoring and recording the radio frequency environment in the area. This initiative is part of a broader effort to modernize federal procurement processes and improve national security through advanced technology, with a focus on small business participation as indicated by the total small business set-aside designation. Interested vendors must submit their quotations by September 19, 2024, and can direct inquiries to John A. Hughes at john.hughes.31@us.af.mil or Sara Tolva at sara.tolva@spaceforce.mil.
    Solicitation-C-5 Nose Landing Gear Door Gearboxes
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the overhaul of Nose Landing Gear Door Gearboxes, with a focus on electronic and precision equipment repair and maintenance. This procurement involves a Firm Fixed Price Requirements Type Overhaul Contract, which includes a five-year Basic Ordering Period and three one-year Option Periods, totaling up to eight years of service. The gearboxes are critical components for aircraft operations, and the government owns a complete technical data package for this requirement. Interested vendors must register in the Joint Certification Program to access bid documents and submit their proposals by the response deadline of October 5, 2024, at 3:30 PM EST. For further inquiries, vendors can contact Caiveon Thomas at caiveon.thomas@us.af.mil or Karen Beckford at karen.beckford@us.af.mil.
    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 Department of the Air Force, is soliciting proposals for the Space Systems Command (SSC) Resilient Missile Warning, Tracking, & Defense (SNR) Medium Earth Orbit (MEO) Epoch 2 (E2) program, aimed at enhancing global tracking capabilities for hypersonic and ballistic missile threats. This initiative seeks to develop a global tracking system that integrates with existing missile tracking frameworks, specifically the Joint Overhead Persistent Infrared Planning Center, to improve defense capabilities against evolving threats. 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 RPP 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.
    Satellite Repair Parts
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals from qualified small businesses for the procurement of satellite repair parts, particularly the Hawkeye III Lite, X-Band System 40W. This opportunity is part of a total small business set-aside initiative and aims to ensure the availability of critical components necessary for satellite operations. Proposals must be submitted by September 18, 2024, and should include pricing for the specified item, with the contract awarded to the lowest-priced, technically acceptable offer. Interested vendors can contact Aisha B Nance at aisha.nance@us.af.mil or SrA Tyler Sapiens at tyler.sapiens@us.af.mil for further information.
    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.
    INTEGRATION OF COMMERCIAL OFF-THE-SHELF (COTS) AGRICULTURAL GLOBAL POSITIONING SYSTEM (AG GPS)
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is conducting market research to identify potential sources for the integration of a NextGen Agricultural Global Positioning System (Ag-GPS) into Electronic Modular Aerial Spray System (EMASS) equipped C-130J aircraft. The primary objective is to replace the obsolete legacy Wingman GPS system to ensure accurate pesticide application while adhering to Environmental Protection Agency standards. This integration is critical for the agricultural application missions conducted by the Air Force, emphasizing the need for technical proficiency and regulatory compliance. Interested contractors are encouraged to submit their capabilities documentation by October 11, 2024, and can contact Ryan Fowler at ryan.fowler.7@us.af.mil or Stanley Scott at stanley.scott.5.ctr@us.af.mil for further information.