COMMAND POST ADVANCED CONSOLE SYSTEM (ACS) SUSTAINMENT
ID: FA251724Q0077Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA2517 21 CONS BLDG 350PETERSON SFB, CO, 80914-1117, USA

NAICS

Electronic and Precision Equipment Repair and Maintenance (811210)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- ELECTRICAL AND ELECTRONIC EQUIPMENT COMPONENTS (J059)

Set Aside

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

    The Department of Defense seeks responses from experienced contractors for a Sources Sought notice related to the sustainment of Command Post Advanced Console Systems (ACS). The goal is to ensure the uninterrupted operation of these critical systems across various command posts, including headquarters and alternate locations.

    The scope of work requires the awardee to provide swift and effective remote and on-site support, ensuring minimal downtime in the event of any outages or failures. This includes proactive remote monitoring, diagnostics, technician dispatch, and corrective actions. Additionally, the contractor will offer consulting services and tailored training, focusing on information and physical security. The work involves maintaining specific equipment and servers, with response thresholds outlined for different scenarios.

    The Performance Work Statement outlines the detailed requirements, emphasizing the need for rapid and efficient service, with penalties for non-conformance. The contract, valued at approximately $1.8 million, is scheduled to begin on December 1st, 2024, and has a submission deadline in November 2024.

    The 21st Contracting Squadron issues a Request for Information (RFI) to gather market intelligence and assess the suitability of a small business set-aside for this project. Businesses are invited to provide capability statements and relevant information by Friday, 2 August 2024.

    Interested parties should direct any inquiries to Aaron Smith at aaron.smith.103@spaceforce.mil or 719-556-9087, or Stephen Carr at stephen.carr.12@spaceforce.mil or 719-556-4999.

    Files
    Title
    Posted
    The Performance Work Statement (PWS) outlines the requirements for a contractor to provide sustainment and maintenance services for the Advanced Console System (ACS) used by the United States Space Force. The primary goal is to ensure uninterrupted operation of these console systems across various command posts, including headquarters and alternate locations. The contractor will prioritize rapid response and corrective actions, offering remote and on-site support to recover from any catastrophic outages or failures. Additionally, they will provide consulting services and customized training, adhering to strict response times for different levels of incidents. The work involves maintaining specified equipment and servers, with a focus on information and physical security. The contract, valued at approximately $1.8 million, runs for one year, starting December 1st, 2024. Key dates include a submission deadline in November 2024, and performance thresholds are outlined for surveillance, response times, and maintenance capabilities. The evaluation criteria emphasize prompt and effective service, with penalties for non-conformance.
    The 21st Contracting Squadron issues an RFI to gather information and enable market research for the sustainment of Advanced Console Systems (ACS) used in Command Posts and Alternate Command Posts. The primary objective is to ensure uninterrupted operation and prompt recovery from any catastrophic outages, encompassing both service support and maintenance. The scope entails remote monitoring, diagnostics, and technician dispatch, requiring a prompt response by Friday, 2 August 2024. Offerors are asked to provide capability statements and relevant contract information. The government seeks to determine the appropriateness of a small business set aside and the best execution method for procurement. Businesses are encouraged to respond via email, adhering to the specified format and size limitations. This RFI is solely for information gathering and does not constitute a commitment from the government.
    Lifecycle
    Title
    Type
    Similar Opportunities
    CSS0128 Sources Sought - Flex BPA
    Active
    Dept Of Defense
    The Department of Defense, specifically the United States Space Force's Space Systems Command, is conducting a sources sought notice for a Blanket Purchase Agreement (BPA) related to IntelSat FlexAir and FlexMove services. The objective is to identify potential vendors capable of providing managed Ku-band satellite communication services for aeronautical and land mobile applications in support of the DoD and federal agencies. This initiative aims to enhance military communications capabilities through industry collaboration and innovative solutions. Interested vendors must submit detailed capability statements by November 1, 2024, to the designated contacts, Anar Wagner and Quentin Fields, via email, ensuring that all submissions are concise and specific, as generic responses will not be considered.
    RFI: Space Security and Defense Program (SSDP), Space Domain Awareness (SDA) Division, Space Domain Awareness Capabilities
    Active
    Dept Of Defense
    The Department of Defense, specifically the Air Force District of Washington, is seeking information through a Request for Information (RFI) regarding capabilities and services related to Space Domain Awareness (SDA) as part of the Space Security and Defense Program (SSDP). The objective is to gather innovative and proven concepts that can effectively address threats in a dynamic space environment, with a focus on support to fires, surveillance of man-made objects, intelligence and reconnaissance, and environmental monitoring for the years 2030 to 2040. This initiative is crucial for enhancing the United States Space Force's operational capabilities and ensuring effective space operations. Interested parties must submit their concepts by November 14, 2024, to the designated email address, SpOC.SWAC.RFI@spaceforce.mil, and are encouraged to follow specific submission guidelines outlined in the RFI.
    Program Executive Office Command Control, Communications: Tactical (PEO C3T) Mission Command: Hardware and Software Architecture recommendations for Cross Domain Solution (CDS)
    Active
    Dept Of Defense
    The Department of Defense, specifically the Program Executive Office Command Control, Communications: Tactical (PEO C3T), is seeking recommendations for hardware and software architecture related to Cross Domain Solutions (CDS) to enhance interoperability between security domains. The objective is to develop a CDS that meets the National Cross Domain Strategy Management Office (NCDSMO) requirements, enabling the secure transfer of information across multiple security domains, which is critical for effective Warfighter operations and intelligence sharing. Interested vendors must submit their responses electronically by noon (12 PM) EST on November 15, 2024, and are encouraged to address specific requirements outlined in the Request for Information (RFI), including compliance with IPv4 and IPv6 standards and support for high-threat networks. For inquiries, contact Virginia Pippen at virginia.a.pippen.civ@army.mil or Cynthia Grove at cynthia.a.grove.ctr@army.mil.
    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.
    CSS3 Request for Proposal
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the Cyber Support Services 3 (CSS3) contract, aimed at sustaining the existing Air Force IT Infrastructure. This opportunity is a Total Small Business Set-Aside under FAR 19.5, and it encompasses Computer Facilities Management Services, as indicated by the NAICS code 541513. The procurement is critical for maintaining the operational integrity of Air Force IT systems, ensuring they remain functional and secure. Interested parties must adhere to the proposal submission guidelines outlined in the solicitation, with the latest amendments providing updates on questions and answers, pricing sheets, and proposal instructions. For further inquiries, potential bidders can contact Daniel Koble at daniel.koble@us.af.mil or by phone at 781-225-0147.
    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.
    Sources Sought Synopsis for TYQ 23A V1/2 Contractor Logistics Support
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking sources for Contractor Logistics Support (CLS) for the AN/TYQ-23A(V)1/2 Tactical Air Operations Module. The objective of this procurement is to identify potential contractors capable of providing comprehensive logistics support, including maintenance, emergency repairs, and technical expertise, to ensure the operational readiness of the system, which plays a critical role in air operations and command and control capabilities. The contract is anticipated to commence in January 2026 and will span five years, with a focus on maintaining cybersecurity standards and compliance with Department of Defense regulations. Interested parties are encouraged to respond to this Sources Sought notice by submitting their qualifications and relevant experience to the primary contact, Wendy Farley, at wendy.farley@us.af.mil, by the deadline of 30 days after posting.
    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.
    RFI/Sources Sought Automated SATCOM Network Orchestration for Commercial Satellite Communications Services
    Active
    Dept Of Defense
    The Department of Defense, through the United States Space Force (USSF), is seeking industry feedback via RFI FA2541-24-007 regarding automated network orchestration for commercial satellite communications services. The objective is to enhance the reliability, resilience, and affordability of satellite communication systems for DOD Mission Partners, focusing on automation within multi-system hybrid satellite networks. This initiative is crucial for ensuring that DOD partners can access improved satellite communication capabilities through innovative market solutions. Responses to the RFI are due by October 25, 2024, and interested parties should direct inquiries to John Seacrist at john.seacrist@spaceforce.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.