Satellite Control Network Tracking Station Operations, Remote Site, and Mission Partner Support (STORMS)
ID: FA2518-24-R-0001Type: Solicitation
Overview

Buyer

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

PSC

IT AND TELECOM - NETWORK SUPPORT SERVICES (LABOR) (DG01)

Set Aside

8(a) Set-Aside (FAR 19.8) (8A)
Timeline
  1. 1
    Posted Oct 24, 2023 10:10 PM
  2. 2
    Updated Nov 16, 2023 5:20 PM
  3. 3
    Due Dec 4, 2023 8:00 PM
Description

Solicitation Notice: DEPT OF DEFENSE is seeking Satellite Control Network Tracking Station Operations, Remote Site, and Mission Partner Support (STORMS) services. This contract aims to provide Operations and Organizational-Level Maintenance (O&OM), Remote Site Support (RSS), Mission Partner (MP), and other Department of Defense (DoD) Site Support for the Satellite Control Network (SCN). The SCN is a global network of Radio Frequency (RF) antennas, complex signal processing and routing communications equipment, and computer systems that support a growing inventory of increasingly complex space vehicles. The SCN's mission is to provide assured access to space systems and distribute space system information in support of operational DoD missions, National Security, Research, Development Test & Evaluation (RDT&E) programs, and other designated users. The contract will have a five-year base plus one five-year option, with a ceiling of $480M and a Task Order minimum guarantee of $100K. The first Task Order will have a sixty-day phase-in, a base of twelve months, four one-year option periods, and a six-month extension of services option. The anticipated contract and type for the STORMS IDIQ and subsequent Task Orders is a Single Award, Firm-Fixed-Price (FFP) Contract with Cost Reimbursement (CR) Contract Line Item Numbers (CLINs). The North American Industry Classification System Code (NAICS) is 517810 - All Other Telecommunications, Satellite Tracking Stations, with a corresponding Small Business size standard of $40M. Interested vendors must submit their proposals by 27 November 2023. For more information, contact John P. McLaughlin at john.mclaughlin.35@spaceforce.mil.

Point(s) of Contact
Similar Opportunities
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.
COMMAND POST ADVANCED CONSOLE SYSTEM (ACS) SUSTAINMENT
Active
Dept Of Defense
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.
AN/MSN-7 Communication Central CLS
Active
Dept Of Defense
The U.S. Air Force seeks a women-owned small business (WOSB) to provide comprehensive logistics and maintenance support for its AN/MSN-7 Communication Central Systems, also known as Tower Restoral Vehicles. These deployable air traffic control towers are crucial for USAF deployment operations. The scope of work involves managing a fleet of 18 AN/MSN-7 units, including program administration, supply chain management, depot-level maintenance, and equipment repairs. The contractor must ensure a rapid response, providing troubleshooting and replacement parts as needed, while adhering to strict performance thresholds. Additionally, the successful bidder will be responsible for custodial procurement, supplying a wide range of electrical and mechanical components. These include common hardware items as well as specialized aircraft parts. To qualify, applicants should possess the necessary capabilities, experience, and past performance in providing logistics and maintenance services, with a focus on electronic and electrical equipment. The selection process will prioritize offerors who can demonstrate a commitment to small business participation. The contract is structured as a single-award, indefinite-delivery, indefinite-quantity agreement, firm-fixed-price with a cost-reimbursable travel CLIN. The initial contract period is ten months, following a two-month phase-in, with eight potential 12-month extensions and a six-month option, totaling 114 months. Pricing is a critical evaluation factor. Bids will be assessed for reasonableness, balance, and realism, with vendors required to submit pricing matrices and fully burdened rates for all performance years. The estimated total contract value is approximately $385,643.85 for the base year. Interested parties must submit their proposals, including past performance information, by the specified deadline to be considered. The government reserves the right to evaluate and award the contract based on the solicitation's technical merit and price. For any clarification or questions, prospective bidders should contact Ms. Kimberly Simms at the provided email address.
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.
Test Enterprise Network Modernization III (TENM3)- EPG, ASOs, and OTC
Active
Dept Of Defense
Special Notice: DEPT OF DEFENSE Test Enterprise Network Modernization III (TENM3)- EPG, ASOs, and OTC The DEPT OF DEFENSE, specifically the DEPT OF THE ARMY's ACC-ORL office, has issued a Special Notice for the procurement of Test Enterprise Network Modernization III (TENM3) services. TENM3 encompasses the ATEC requirements of Test Network Modernization, ATEC Fiber Modernization, and Future Wireless Network projects. The purpose of TENM3 is to provide ATEC with a test network capable of moving large volumes of test data for analysis and decision-making via fiber and wireless technologies. The network will support Multi-Domain Live, Virtual, and Constructive (LVC) distributed testing and data transfer to the cloud environment. The program includes the installation and replacement of fiber infrastructures, development and installation of a modern enterprise wireless network solution, and fielding test network hardware. The goal is to meet bandwidth limitations, end of life requirements, redundancy, and network management needs. The TENM3 project will support ATEC's current and future mission-critical test network requirements. The procurement notice is seeking industry responses for the network design and cost estimation for a hybrid fiber and wireless communications network architecture. The network will utilize existing infrastructure at U.S. Army Test and Evaluation Command (ATEC) Subordinate Organizations (ASOs) - Aberdeen, Arctic Regions, Electronic Proving Grounds, Redstone, West Desert, White Sands, Yuma, and Operational Test Command (OTC). The procurement will proceed in three phases, with separate RFIs for each ASO. The procurement notice provides specific use cases/scenarios for each location to assist potential respondents in developing their proposed solutions. Interested parties are requested to provide well-articulated and detailed technical solutions in their capability statement submissions, along with a cost ROM estimate. The government is specifically seeking responses from interested U.S. vendors, preferably small businesses, that can provide an existing commercial solution for the hybrid fiber and wireless network. The requirements for the network solution include cybersecurity support, spectrum utilization and availability, performance, propagation range, integration effort, mobility, portability, recurring cost, scalability, support for future network needs, standards-based technology, upfront cost, training, and high noise performance. The proposed solution should also address how it can be demonstrated, the necessary infrastructure requirements, integration with existing networks, use of commercial off-the-shelf (COTS) technologies, risk mitigation from cyber threats, suitability for requirements (e.g., 5G cellular, Wi-Fi), and any modeling and simulation tools used for coverage analysis. Additionally, a lifecycle sustainment plan with cost estimate is required for the proposed solution. Site visits to each location will be conducted to assist vendors in understanding the test environments, existing infrastructure, RFI scenarios, and to answer questions. However, attendance at the site visit is voluntary and not required to submit a response to the RFI. The procurement notice provides submission details, including the maximum page limit for capability statement responses, the request for a Rough Order of Magnitude (ROM) cost and schedule information, and the requirement to indicate the company's classification as a large or small business under the listed NAICS codes.