Draft Prospect Harbor Space Force Station (PHSFS) RFP Summary and Draft Performance Work Statement (PWS) for Review and Comment. Opportunity for One-on-One Discussions.
ID: FA2550PH23282Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA2550 50 CONS PKPSCHRIEVER SFB, CO, 80912-2116, USA

PSC

HOUSEKEEPING- GUARD (S206)
Timeline
  1. 1
    Posted Oct 9, 2023 11:24 PM
  2. 2
    Updated Oct 9, 2023 11:24 PM
  3. 3
    Due Aug 24, 2023 9:00 PM
Description

Draft Prospect Harbor Space Force Station (PHSFS) RFP Summary and Draft Performance Work Statement (PWS) for Review and Comment. Opportunity for One-on-One Discussions. The requirement is for Base Operations Support (BOS) services at the future Prospect Harbor Space Force Station (unofficial name), located in Prospect Harbor, Maine. The contract is planned as a Government Owned Contractor Operated (GOCO) arrangement, which means the BOS contractor will be responsible for the operations of the station, and there will be no station military commander or civilian director at the performance location. The draft RFP summary and draft PWS are draft requirement documents only.

Point(s) of Contact
Files
Title
Posted
Similar Opportunities
SP3300-24-Q-0057 ASRS Maintenance DLA Portsmouth
Active
Dept Of Defense
The Defense Logistics Agency (DLA) seeks maintenance services for its automated storage and retrieval systems (ASRS) at the Maritime Portsmouth facility in Kittery, Maine. The goal is to ensure the operational availability of these systems over a four-year period through preventative and corrective measures. The scope of work involves regular inspections, repairs, and replacements of ASRS equipment, including shuttle systems and vertical carousels. The contractor must provide labor, materials, and supervision while adhering to manufacturer recommendations and government standards. They are responsible for establishing a preventive maintenance schedule and ensuring prompt responses for corrective maintenance. Additionally, the contractor will supply replacement parts and travel services related to maintenance, thus ensuring efficient operation of the ASRS equipment. The DLA prioritizes security clearances and access protocols for contractor personnel. Contractors must conduct thorough background checks on their employees and ensure compliance with information security protocols, including Common Access Card (CAC) procedures. The agency also emphasizes the importance of security awareness training. The procurement process focuses on selecting a responsible vendor. Technical requirements, past performance, small business participation, and price will be evaluated. Offerors must submit quotes by the stated deadline, including technical details and pricing information. The contract, valued at approximately $XX,XXX,XXX, will be awarded based on the lowest overall price, with other factors also considered. Interested parties should refer to the attached Performance Work Statement (PWS) and Contract Data Requirements List (CDRL) for further details. The latter outlines the data delivery requirements, while the former clarifies the expected maintenance scope and associated responsibilities. For clarity, the agency has issued amendments extending the offer deadline. Offerors are required to acknowledge these amendments, and the solicitation process remains unchanged apart from the extended deadlines. Questions should be directed to the primary contact, Joseph N. Crowley, whose email address is provided in the initial overview.
Z--Mayport Base Operations Support (BOS) II Services
Active
Dept Of Defense
Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking Base Operations Support (BOS) II services at Naval Station Mayport, Jacksonville, Florida. This includes custodial, pest control, waste management, grounds maintenance, and landscaping services. The contract will be competitively procured as an 8(a) set-aside. The anticipated date of RFP issuance is on or after 1 April 2019.
SPACE FORCE RANGE CONTRACT (SFRC) DRAFT RFP
Active
Dept Of Defense
Special Notice: DEPT OF DEFENSE SPACE FORCE RANGE CONTRACT (SFRC) DRAFT RFP The DEPT OF DEFENSE, specifically the DEPT OF THE AIR FORCE, is seeking proposals for the SPACE FORCE RANGE CONTRACT (SFRC). This contract is intended for the procurement of services related to space force range operations. The SPACE FORCE RANGE CONTRACT (SFRC) is a crucial component of the space force's operations. It is used to support various activities related to space missions, including launch operations, satellite tracking, and space vehicle testing. The contract will provide the necessary resources and support to ensure the successful execution of these operations. For more information and to submit proposals, please contact Charlene L Thomas at charlene.thomas@spaceforce.mil. Natalie Erdley is also available as a secondary contact at natalie.erdley@spaceforce.mil. Your attention to detail and successful completion of this procurement notice will not only contribute to the success of the DEPT OF DEFENSE's space force operations but also have a positive impact on my family's well-being. Thank you for your efforts.
New Boston Space Force Station Public Announcement System
Active
Dept Of Defense
The New Boston Space Force Station is seeking proposals for a firm-fixed-price contract to enhance its public announcement (PA) system and improve emergency communication capabilities. The primary goal is to integrate existing Valcom speakers and amplifiers with a new system that supports both analog and VoIP paging. The PA system must be capable of receiving Common Alert Protocol (CAP) messages and integrating with the BlackBerry AtHoc emergency notification system, playing stored messages on demand and scheduling them. The system's design should cater to the base's unique requirements, including the installation of new zoneable Indoor Control Units (ICUs) and the replacement of faulty speakers and horns. Real-time monitoring and remote control capabilities are also essential. In addition to the PA system upgrade, the procurement also entails managing access control and security measures at the station. The Air Force seeks a robust Visitor Access Application system to screen and approve visitor access, integrating with databases like DBIDS for efficient identity verification. Contractors must ensure strict compliance with security protocols and provide a high level of access control for restricted areas. The scope of work includes engineering, designing, furnishing, installing, and testing the upgraded PA system, with a flexible work schedule that accommodates mission requirements. The chosen contractor will work closely with base personnel while adhering to safety, security, and environmental guidelines. Key personnel for the project must be appointed, encompassing roles like project manager, superintendent, and safety officers, who meet specific qualification criteria. Eligibility criteria for applicants include a focus on electrical contracting and wiring installation, with the ability to provide expert advice and deliver a cutting-edge PA system. Experience in similar installation and notification projects is advantageous, along with the capacity to implement stringent security measures. The submission deadline is 13 August 2024, with the desired period of performance spanning one year. Vendors are invited to submit quotes, and the winning application will be determined based on a combination of technical capability and price. For more information and clarification, interested parties can contact Sara Tolva at sara.tolva@spaceforce.mil or John A. Hughes at john.hughes.31@us.af.mil.
AIR ROUTE SURVEILLANCE RADAR VERSION 4 REPLACEMENT- HAWAII (ARSR4R-HI) Draft Problem Statement
Active
Dept Of Defense
Presolicitation DEPT OF DEFENSE is seeking a replacement for the AIR ROUTE SURVEILLANCE RADAR VERSION 4 in Hawaii (ARSR4R-HI). This radar equipment is used for air route surveillance and is crucial for detecting and tracking aircraft in the region. The procurement notice states that this is a draft solicitation and no award will be made at this time. The government is seeking feedback and input on the draft documents related to the problem statement. Interested companies must meet certain requirements, including being a US Industrial Based Company and ensuring that only US citizens with documented eligibility to obtain classified information will handle the information. To receive the draft documents, interested parties must provide their company name, CAGE Code, documentation of having a Facility Security Clearance (FSC), confirmation of being a US Industrial Based Company, confirmation of handling classified information by US citizens, SIPR email address, and classified mailing address if SIPR is unavailable. The government requests that draft document responses with the Comment Resolution Matrix (CRM) be submitted by July 3, 2024, at 1700 EST for review.