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
    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
    RFI/Sources Sought Automated SATCOM Network Orchestration for Commercial Satellite Communications Services
    Active
    Dept Of Defense
    The Department of Defense, specifically the United States Space Force (USSF), is seeking industry feedback through a Request for Information (RFI) regarding automated network orchestration for commercial satellite communications services. The objective of this initiative is to enhance the reliability, resilience, and affordability of satellite communication systems utilized by Department of Defense Mission Partners, focusing on automation within multi-system hybrid satellite networks. Stakeholders are encouraged to provide insights on their capabilities, including the implementation of standardized APIs, and to share best practices for effective orchestration technologies. Responses to the RFI FA2541-24-007 are due by October 7, 2024, and should be directed to John Seacrist at john.seacrist@spaceforce.mil, as this feedback will inform future acquisition strategies for the USSF.
    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.
    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.
    Dish SATV BPA
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide and maintain commercial and Government satellite television (SATV) services at Buckley Space Force Base in Colorado. The contractor will be responsible for installing equipment, supplying programming, and ensuring ongoing maintenance across multiple locations on the base, with the flexibility to expand services as needed through a Blanket Purchase Agreement (BPA). This procurement is particularly significant as it emphasizes participation from Women-Owned Small Businesses (WOSB), aligning with government initiatives to enhance diversity in federal contracting. The total funding amount for this opportunity is $47 million, with services expected to commence on October 1, 2024, and continue through September 30, 2025, with options to extend through 2029. Interested parties should direct inquiries to Koby Trotter at koby.trotter@spaceforce.mil or Matt Kennedy at matthew.kennedy.24@spaceforce.mil, with questions due by September 10, 2023, at 2:00 PM MST.
    AN/MSN-7 Communication Central CLS
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for Contractor Logistics Support (CLS) for the AN/MSN-7 Communication Central System, also known as the Tower Restoral Vehicle (TRV). The contract aims to provide comprehensive maintenance and support for a fleet of eighteen AN/MSN-7 systems, ensuring operational readiness and compliance with a required operational availability rate of 98%. This system plays a critical role in providing deployable air traffic control services for the U.S. Air Force during deployment operations and temporary replacements of existing facilities. Interested vendors must submit their proposals electronically by September 24, 2024, at 12:00 PM CST, and can direct inquiries to Kimberly Simms at kimberly.simms.1@us.af.mil.
    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.
    GATEHOUSE SATCOM MAINT
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Warfare Center (NAVAIR), is seeking proposals for a firm fixed-price contract for the Gatehouse SATCOM maintenance and support services. This procurement aims to establish a one-year support and maintenance agreement, including training related to the BGAN Network Emulator (BNE), which is critical for developing a Cyber Physical Systems (CPS) test tool for INMARSAT satellite communications. The selected vendor will provide essential technical support, including installation assistance, troubleshooting, and configurations, while also enhancing the proficiency of the NAWCAD test team through training. Interested parties must submit their brand name quotes by 3:00 PM on September 10, 2024, to Benjamin Flores at benjamin.r.flores3.civ@us.navy.mil, ensuring they are registered in the System for Award Management (SAM) and possess an authorized reseller certificate.
    Notice of Intent to Sole Source to SelectTech Services Corp for lightweight/modular portable SCIFs
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, has issued a Notice of Intent to Sole Source for the procurement of Lightweight Modular Sensitive Compartmented Information Facilities (SCIFs) from SelectTech Services Corp. The procurement involves two key modules: a Command Module designed for classified equipment, featuring advanced security and power management systems, and a Service Module focused on power management, including a standby generator and compatibility with commercial power sources. These modular systems are crucial for enhancing military operational capabilities in austere environments while adhering to stringent SCIF accreditation standards. Interested parties may submit capability statements or proposals by September 13, 2024, and should direct inquiries to SSgt Frederick Chartrand at frederick.chartrand@spaceforce.mil or Ruben Guzman at ruben.guzman.5@spaceforce.mil.
    SST Fiber Cable Material and Installation
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Air Force's 460th Contracting Squadron, is seeking qualified vendors to provide fiber cable materials and installation services under the solicitation FA254324Q0054. The primary objective is to establish a direct fiber optic connection between five Standard Space Trainer (SST) workstations in Building 442 and the central SST server located in Building 447 at Buckley Space Force Base, enhancing operational capabilities and supporting ancillary systems. This project is critical for ensuring secure and efficient communication within the facilities, with a total award amount of approximately $45 million and a performance period of 90 days from the award date. Interested parties must submit their quotes and required documentation by September 16, 2024, and can direct inquiries to TSgt Michael Roybal or SSgt Anthony Graffeo via their provided email addresses.
    Data Concentrator Unit (DCU) Refresh
    Active
    Dept Of Defense
    The U.S. Special Operations Command (USSOCOM) is planning to award a sole-source follow-on contract to SCI Technology, Inc. for the life cycle sustainment and engineering support of the Data Concentrator Unit (DCU). This procurement encompasses the integration, testing, and procurement of modified DCU-Refresh units, along with related software and hardware support, structured as a Firm Fixed Price, Cost, and Cost-Plus-Fixed-Fee Indefinite Delivery – Indefinite Quantity (IDIQ) agreement with a five-year ordering period and a six-month extension option. The DCU is critical for various military operations, and the contract is justified under FAR 6.302-1, indicating that only one responsible source can fulfill the requirements without incurring substantial duplication of costs or delays. Interested parties must submit their capabilities by 11:00 AM Eastern Time on September 10, 2024, and can reach out to Stephanie Dillon or Chase Brasher via email for further inquiries.