NNC HEMP V-Testing
ID: A045333Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA2518 USSF SPOC/SAIOPETERSON AFB, CO, 80914-4184, USA

NAICS

Engineering Services (541330)

Set Aside

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

    The Department of Defense, specifically the U.S. Space Force, is seeking qualified contractors to provide engineering services for High Altitude Electromagnetic Pulse (HEMP) Verification/Re-Verification Testing (V-Testing) and Hardness Sustainment at Peterson Space Force Base Building 2 in Colorado. The contractor will be responsible for applying engineering expertise to ensure compliance with military standards, particularly MIL-STD-188-125-1A, and to maintain the effectiveness of protective measures for critical National Command, Control, and Communications (NC3) systems against HEMP threats. This initiative is crucial for safeguarding national security infrastructures, and interested small businesses are encouraged to submit capabilities statements and respond to market research questions by January 24, 2025. For further inquiries, potential vendors may contact Stephen Makowsky at stephen.makowsky.1@spaceforce.mil or by phone at 719-556-6530.

    Point(s) of Contact
    Files
    Title
    Posted
    The HEMP V-Testing Sources Sought document serves as a market research initiative by the government to gather insights from potential contractors regarding a forthcoming solicitation for V-Testing services. It seeks feedback on a draft Performance Work Statement (PWS) through specific questions aimed at assessing qualifications, experience, risk areas, and recommendations for contract mechanisms. Key inquiries include interest in competing as a prime contractor, relevant experience in V-Testing in accordance with military standards, identification of organizational conflicts, and suggestions for evaluation factors and performance measurements. Contractors are also asked about subcontracting plans, necessary labor categories, certification requirements, and the feasibility of achieving performance thresholds. This inquiry highlights the government's intent to assess the landscape of service providers for HEMP V-Testing, ensuring they are equipped to meet outlined requirements effectively while fostering competitive participation from small and large businesses within the defense contracting field. The document emphasizes the significance of strategic contractor feedback to refine government capabilities in executing the HEMP objectives efficiently.
    The Performance Work Statement (PWS) for the United States Space Force's High-Altitude Electromagnetic Pulse (HEMP) Testing and Hardness Sustainment outlines the requirements for verifying and maintaining HEMP survivability for mission-critical systems. The USSF Space Operations Command's HEMP Program Management Office is responsible for overseeing testing adhering to relevant military standards, primarily focusing on the Peterson Space Force Base Building 2. Key tasks include conducting verification/re-verification testing, ensuring compliance with MIL-STD-188-125-1A, providing project management, and delivering comprehensive testing reports. Security is paramount, necessitating contractor personnel to possess a SECRET clearance and adhere to strict access protocols. The contractor is expected to lead monthly status meetings, submit technical documentation, and propose system enhancements throughout the contract's duration. Deliverables include various reports, meeting summaries, and training certifications, with timelines established to ensure timely completion. The document emphasizes maintaining operational security and compliance with government regulations while providing support for mission resiliency against HEMP threats. This PWS serves as a critical framework for ensuring the USSF's capabilities remain intact against potential electromagnetic threats.
    The document serves as a combined Sources Sought Notice and Request for Information (RFI) from the U.S. Space Force regarding High Altitude Electromagnetic Pulse (HEMP) Re-Verification Testing (V-Testing). It seeks market research to identify potential vendors capable of delivering specified engineering services over a potential 12-month period. Businesses are invited to provide capabilities statements and respond to market research questions by January 24, 2025, indicating their relevant experience and expertise. The overarching goal is to ensure the effectiveness of protective measures for critical NC3 systems against HEMP threats through verification and maintenance activities. The document outlines submission preferences, relevant points of contact for inquiries, and provides a structure for interested contractors to demonstrate their qualifications. Emphasis is placed on confidentiality concerns regarding interactions with an appointed ombudsman for resolution of issues. Overall, the RFI highlights the government’s proactive approach in securing necessary services to maintain national security infrastructures.
    Lifecycle
    Title
    Type
    NNC HEMP V-Testing
    Currently viewing
    Sources Sought
    Similar Opportunities
    HMIT Test Stand Maintenance
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors to provide maintenance and repair services for two Helmet Mounted Integrated Targeting System (HMIT) Test Stands for the 523rd Electronics Maintenance Squadron (EMXS) at Hill Air Force Base in Utah. The contractor will be responsible for delivering all necessary management, tools, parts, supplies, equipment, and labor to ensure the operational readiness of the HMIT Test Stands, which are critical for testing and maintaining advanced targeting systems. Key services include technical assistance, coordination on replacement parts, on-site repairs, and software support, with strict adherence to performance thresholds and compliance with Air Force Instructions and OSHA standards. Interested parties can contact Costadena Bournakis at costadena.bournakis@us.af.mil or 801-586-8593, or Merrick Flygare at merrick.flygare@us.af.mil or 801-775-2223 for further details.
    50 CES Burn Tower Maintenance Re-acquisition
    Dept Of Defense
    The Department of Defense, through the 50th Contracting Squadron, is seeking qualified contractors for the maintenance and inspection of the Fire Department Burn House and firefighting training props at Schriever Space Force Base (SSFB) in Colorado. The contractor will be responsible for providing all necessary labor, materials, and equipment to ensure compliance with National Fire Protection Association standards and manufacturers’ specifications, including annual inspections and emergency repairs. This total small business set-aside contract is structured for a single annual maintenance visit with options for up to four additional years, with quotes due by January 9, 2026, and questions accepted until December 29, 2025. Interested parties should contact Danielle Hunziker at danielle.hunziker@spaceforce.mil or David Anderson at david.anderson.182@spaceforce.mil for further details.
    J&A for Electromagnetic Pulse (EMP) Advanced Testing and Technical Assistance (T&TA) for System Vulnerabilities and Assessments
    Dept Of Defense
    The Department of Defense, through the Defense Threat Reduction Agency (DTRA), is seeking advanced testing and technical assistance (T&TA) related to Electromagnetic Pulse (EMP) for system vulnerabilities and assessments. This procurement aims to enhance the understanding and mitigation of vulnerabilities associated with EMP threats, which are critical for national defense and security. The opportunity is based in Reston, Virginia, and interested parties can reach out to Michelle Sands at michelle.r.sands2.civ@mail.mil for further details. The Justification and Approval document outlining the specifics of this opportunity is attached for review.
    Sources Sought: For Ionospheric Ground Sensors (IGS) Sustaining and Engineering Support Request for Information (RFI)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking information from commercial entities capable of providing sustaining and engineering support for the Ionospheric Ground Sensors (IGS) program. This procurement aims to identify companies that can deliver maintenance, specialized engineering support, installation, and sustainment for the Next Generation Ionosonde (NEXION) and Ionospheric Scintillation Total Electron Content (TEC) Observer (ISTO) systems, which are critical for characterizing the space weather environment and supporting various defense operations. The selected contractors will be responsible for tasks such as site surveys, spectrum analysis, cybersecurity compliance, and system troubleshooting, with a focus on ensuring the operational readiness of IGS installations globally. Interested parties are encouraged to respond by January 12, 2026, and should direct inquiries to Chaz Wisuri at chaz.wisuri@spaceforce.mil or Ryan Hart at ryan.hart.23@spaceforce.mil.
    Power Independence, Mission Control Station (PIMCS), Buckley Space Force Base (SFB), Colorado (CO)
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is soliciting proposals for the Power Independence, Mission Control Station (PIMCS) project at Buckley Space Force Base in Colorado. This procurement aims to update the current estimate for Contract Line Item Number (CLIN) 0007, along with providing revised specifications and drawings necessary for the construction of electronic and communications facilities. The project is critical for enhancing power independence at the mission control station, ensuring operational efficiency and reliability. Interested contractors should note that the proposal due date has been extended to January 6, 2026, at 1400 Central Time, and may contact Scott Dwyer or Brittany Gull for further information.
    Amended: 20251210; Security Escorts at Vandenberg SFB, CA
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting bids for a contract to provide security escorts at Vandenberg Space Force Base, California. This procurement requires contractors to supply TS/SCI cleared, unarmed security escorts to assist IT contractors from DH Technologies, Inc. in the installation of communication cabling and network components within a restricted area, specifically Building 10577 SCIF. The contract is a total small business set-aside, covering approximately 4,400 hours of service from January 1, 2026, to July 1, 2027, with proposals due by 11:00 AM Pacific Time on December 18, 2025. Interested parties should direct inquiries to Scott Yeaple at scott.yeaple@spaceforce.mil or Vince Mills at vincente.mills.2@spaceforce.mil, and must comply with various federal regulations and wage determinations as outlined in the solicitation documents.
    U.S. Space Force (USSF) Space Based Interceptor (SBI) LOE 2M Request for Prototype Proposal (RPP)
    Dept Of Defense
    The U.S. Space Force (USSF) is seeking proposals for the Space Based Interceptor (SBI) Level of Effort 2M through a Request for Prototype Proposal (RPP) under the Department of Defense. This initiative focuses on developing kinetic midcourse solutions, with the intention to competitively award multiple fixed-price Other Transaction Agreements (OTAs) in accordance with relevant U.S. Code provisions. The SBI program is critical for enhancing the U.S. defense capabilities in space, and while this opportunity is not set aside for small businesses, participation from small and disadvantaged businesses is encouraged. Interested companies must submit requests for access to the RPP Bidders Library by December 15, 2025, and can contact Brent Jorgensen at brent.jorgensen.1@spaceforce.mil for further information.
    Peterson SFB Wifi Services
    Dept Of Defense
    The Department of Defense, through the 21st Contracting Squadron, is seeking qualified vendors to establish Blanket Purchase Agreements (BPAs) for commercial internet and WiFi services at Peterson Space Force Base in Colorado. The procurement aims to secure reliable and responsive internet services, requiring contractors to demonstrate technical capabilities in installation, maintenance, and troubleshooting, while adhering to specific operational standards and response times for outages. This initiative is critical for maintaining effective communication and operational efficiency at the base. Interested vendors must respond by August 16, 2029, and can direct inquiries to Contracting Officer Jake Hluska via email, with the relevant NAICS code being 517112 for wireless telecommunications carriers.
    System Engineering and Integration Support Stopgap
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking a contractor to provide System Engineering and Integration Support under a stopgap contract at Patrick AFB, Florida. This procurement is justified under FAR 8.405-6(a)(1)(i)(B), indicating that only one source can meet the unique and highly specialized requirements for these services. The selected contractor will play a critical role in ensuring the quality and effectiveness of engineering and technical support services essential for ongoing operations. Interested parties can reach out to primary contact Kenyatta L. Harper at kenyatta.harper@spaceforce.mil or by phone at 321-494-5175 for further details.
    Tools, Applications, and Processing (TAP) Laboratory and Overhead Persistent Infrared (OPIR) Battlespace Awareness Center (OBAC) Support Services Transition Out Scope Add
    Dept Of Defense
    The Department of Defense, through the United States Space Force Space Systems Command (SSC), is preparing to issue a solicitation for Tools, Applications, and Processing (TAP) Laboratory and Overhead Persistent Infrared (OPIR) Battlespace Awareness Center (OBAC) Support Services Transition Out Services. This procurement aims to ensure the uninterrupted continuation of critical support functions, including Development Security Operations, Cybersecurity, Physical Security, and Infrastructure Enhancements, which were not adequately addressed in the original contract. The transition-out phase is essential for transferring these vital activities to the prime BOSS awardee, ensuring effective execution of services. Interested parties may direct inquiries to Capt. Phillip Nguyen at phillip.nguyen.2@spaceforce.mil, with the solicitation expected to be issued no sooner than 15 days following this notice.