Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 15, 2022 SAM #7471
SOURCES SOUGHT

D -- Satellite Control Network Tracking Station Operations, Remote Site, and Mission Partner Support (STORMS)

Notice Date
5/13/2022 1:36:35 PM
 
Notice Type
Sources Sought
 
NAICS
517919 — All Other Telecommunications
 
Contracting Office
FA2518 USSF SPOC SAM-D CONTRACTING PETERSON AFB CO 80914-4184 USA
 
ZIP Code
80914-4184
 
Solicitation Number
FA2518STORMS1
 
Response Due
5/23/2022 1:00:00 PM
 
Point of Contact
Stephen Cooper, Phone: 719-567-3831, Tommie Rogers, Phone: 719-567-2070
 
E-Mail Address
stephen.cooper.1@spaceforce.mil, tommie.rogers.1@spaceforce.mil
(stephen.cooper.1@spaceforce.mil, tommie.rogers.1@spaceforce.mil)
 
Description
SOURCES SOUGHT ANNOUNCEMENT SAM-D/PKO is seeking sources for the Satellite Control Network Tracking Station Operations, Remote Site, and Mission Partner Support (STORMS) effort. CONTRACTING OFFICE ADDRESS: �� SAM-D/PKO� (DODAAC:� FA2518) � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � �210 Falcon Parkway, Suite 2116 � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � �Schriever Space Force Base CO 80912 1.0 INTRODUCTION: In accordance with FAR Part 10, this is a SOURCES SOUGHT ANNOUNCEMENT.� SAM-D/PKO is conducting Market Research to acquire non-personal services for informational and planning purposes in support of a possible acquisition to provide operations, mission partner and remote site support, organizational maintenance, and training 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 which support operational forces in peace and wartime. It is designed to have the flexibility to support a wide spectrum of orbiting satellites. A large number of satellites with various altitudes and orbit inclinations are supported on a 24-hour per day, 7-day a week schedule. The SCN is comprised of a number of assets worldwide to include locations inside the Contiguous United States (CONUS), locations Outside the Contiguous United States (OCONUS) and two foreign locations. This Sources Sought is one of the elements of the Government�s Market Research and will be used in determining the acquisition approach and, if needed, determining sub-contracting goals. The contemplated contract will have a 90-day Phase-In Period, 12-Month Base Period, 4-One (1) Year Option Periods and a 6-Month Option to extend the services. Security Requirements: Up to TS/SCI Previous Contract Background: The requirements for this effort are presently being performed on the Consolidated Air Force Satellite Control Network (AFSCN) Modifications, Maintenance, and Operations (CAMMO) contract, awarded and administered by Space Systems Command (SSC), formerly Space and Missile Systems Center (SMC) under contract number FA882316C0004. Mission Partner Organization:� Space Delta 6, Space Operations Command (SpOC), United States Space Force (USSF).� Space Delta 6 Headquarters is located at Schriever Space Force Base. The RFP release date, if issued, is subject to change, but is anticipated to be posted on or about January 2023. Interested parties are encouraged to monitor all postings. 1.1 SOURCES SOUGHT INFORMATION: 1.2 DISCLAIMER:� THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY.� THIS IS NOT A REQUEST FOR PROPOSAL (RFP), REQUEST FOR QUOTE (RFQ) OR AN INVITATION FOR BID (IFB). IN ACCORDANCE WITH FAR 15.201(e), THIS NOTICE DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY.� THE GOVERNMENT MAY USE THE INFORMATION OBTAINED FROM RESPONSES TO THIS NOTICE IN DETERMINING ITS ACQUISITION APPROACH. THE ISSUANCE OF THIS NOTICE DOES NOT RESTRICT THE GOVERNMENT ACQUISITION APPROACH. 1.3 REQUIRED CAPABILITIES:� Interested firms should submit information as to the capabilities, capacity and experience to meet the requirements listed in 1.3A-1.3E below: A. General: The contractor will be responsible for the following: necessary program management, contract and subcontract management, quality assurance program, pricing and cost reporting to execute the program; complying with the existing Interagency Support Agreements, Host Tenant Support Agreements (HTSAs) and Memorandums of Agreement (MOAs) between Delta 6 units and the associated host installations; experience with working and communicating with union organizations (CONUS and OCONUS); conducting contractor specialized training for a formal position certification/qualification program to ensure only certified/qualified contractor personnel are assigned to perform operations; maintenance and testing in positions identified as requiring certification/qualification; personnel security management for TS/SCI personnel required on this program. B. Operations & Operations Support: The contractor will be responsible to execute tasks involving day-to-day satellite contacts, Telemetry, Tracking and commanding (TT&C), and system administration information assurance support to ensure continuous 24/7 operations support for Delta 6 activities at Satellite Control Network (SCN) site locations to include a transportable asset during contingencies. The contractor will be responsible to plan, schedule, direct, organize, coordinate, and execute all actions necessary to conduct 24//7/365 operations and sustain the operability of all SCN and Communications Segment Equipment. The contractor will configure and operate all station equipment including TT&C antennas, Modularized Transitional Remote Tracking Station (MTR) Electronic Suites, Remote Tracking Station Block Change (RBC) core equipment, RBC Hybrid Core equipment, Automated Remote Tracking Station (ARTS) core equipment, and communications equipment, to provide TT&C and mission data services to support the command and control of all supported space vehicles. � C. Maintenance: The contractor will be responsible for all Organizational Maintenance. Organizational Maintenance is maintenance that is the responsibility of and performed by a using organization on its assigned equipment. Phases normally consist of inspecting, servicing, lubricating, and adjusting, as well as the replacing of parts, minor assemblies, and subassemblies.� The contractor will be responsible for hardware and software maintenance for scheduled, urgent, and emergency requirements. The contractor will identify, investigate, analyze, correct and document all malfunctions or out of tolerance conditions, direct and monitor maintenance actions, report system status changes, and report any equipment or system outages. This support includes Preventative Maintenance Inspection (PMI). During deployments the contractor will also be responsible for transportation, set up, maintenance, and tear- down of transportable assets. Standard maintenance practices will be used as identified in technical publications (for example, technical orders, vendor manuals, and commercial manuals). The contractor will also be responsible for some non-real property maintenance such as uninterruptible power supplies (UPS), generator and generator driven electrical systems, fiber optic cables, and a Doppler receiver station. D. Site Support: The contractor will be responsible for site support activities such as: facility security, safety, environmental management, assessment, and compliance assurance; personnel security administration; execution/management of Department Air Force Records Information Management Program; managing logistics for Government networks/systems; personal wireless communication systems management (land mobile radio, satellite telephone, cell phone/pagers); financial management/resource advisor; audio-visual/video teleconferencing operations; local area network/computer systems technical support and management to include information assurance; and Communications Security (COMSEC) program management and execution. E. Training: The contractor will maintain a training program to ensure certified operators and maintainers to support 24/7/365 operations.� The contractor will provide qualified personnel to conduct and support unclassified training and simulation activities.� The contractor will establish a training facility utilizing Government provided equipment.� Training topics will include, but are not limited to familiarization with the SCN, orbital mechanics, SCN telemetry, tracking and command, and electronic scheduling dissemination or equivalent training. 1.4 NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM CODE. (NAICS): The anticipated NAICS Code is 517919* the corresponding Small Business size standard is $35M. If the NAICS Code or Small Business size standard appears to be incorrect please suggest an alternative NAICS Code and Small Business size for consideration. *Note:� The Small Business Administration (SBA) has advised our procurement activity to continue using NAICS 2017 Codes and the respective size standards until the SBA updates the NAICS 2022 Codes.� The corresponding 2022 NAICS Code is 517810. 1.5 OMBUDSMAN � AFFARS 5352.201-9101 (OCT 2019): (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the interested party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, the interested party may contact the ombudsman, AFICC/OL-SPC Director of Contracting, 150 Vandenberg Street, Peterson-Schriever Garrison CO 80914 (P) 719-554-5300, (F) 719-554-5299, aficc.ks.wf@us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/SMC ombudsman level, may be brought by the interested party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (571) 256-2395, facsimile number (571) 256-2431. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the contracting officer. (End of clause) 1.6 SUBMISSION DETAILS:� Vendors interested in responding to this announcement should submit an Unclassified Technical Capabilities Statement by sending an e-mail request for a DOD SAFE Drop-off request to the following contacts: ��� Contracting Officer, Mr. Stephen R. Cooper, stephen.cooper.1@spaceforce.mil, ��� Program Manager, Mr. Tommie Rogers, tommie.rogers.1@spaceforce.mil, and ��� Program Manager, 1st Lt Christopher Crayon, christopher.crayon@spaceforce.mil.� Note that a DOD SAFE Drop-off request can only be used for 14 calendar days once sent to an e-mail address. A DOD SAFE Drop-off request will be sent to your e-mail address to provide secure submission of your firm's response. Due Date and Time:� Responses are due No Later Than (NLT), 23 May 2022, 1400 Mountain Time. In the event DoD SAFE is not available due to technical reasons on 23 May 2022, the due date will be automatically extended 24-hours.� NO PHONE CALLS OR FAXES WILL BE ACCEPTED. CLASSIFIED information will NOT be accepted.� The Government will not award a contract solely on the basis of this Sources Sought, nor will it reimburse the contractor for any costs associated with preparing or submitting a response to this notice. Proprietary information, if any should be minimized and MUST BE CLEARLY MARKED. To aid the Government, please segregate proprietary information. Please be advised that all submissions become Government property and will not be returned. It is the submitter�s sole responsibility to verify the e-file was received and can be viewed. All information received that is marked Proprietary will be handled accordingly. All Government personnel reviewing sources sought responses will have signed non- disclosure agreements and understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information as described in 41 USC 423. The Government shall not be held liable for any damages incurred if proprietary information is not property identified. Response file formats may be MS Word and/or PDF.� If PDF format is used, submit separate PDF files, and do not combine files, nor use an Adobe PDF Portfolio file (or similar merged or consolidated PDF file format). 1.7 RESPONSES SHALL INCLUDE: (a)� Business name and address; (b)� Name of company representative and their business title; (c)� Business Size and Type of Small Business (if applicable); (d)� CAGE Code; (e)� Unique Entity Identifier (UEI) Number; (f)� Technical Capabilities Statement package (no more than 20 pages) demonstrating ability to perform in accordance with paragraph 1.3 above. A page is defined as each face of a sheet of paper containing information.� Pages shall be single spaced, the text size shall be written in no less than MS Arial Font size 11, and margins shall be no less than 1-inch on all sides.� The font size requirement doesn�t apply to graphics within your response. Pages shall be numbered sequentially. (g)� Provide any anticipated teaming arrangements or information regarding your plans to use a joint venture. Any response involving teaming arrangements should delineate between the work that could be accomplished by the prime and the work that could be accomplished by the teaming partner(s). (h)� Additionally, complete one ""US Space Force (USSF) STORMS Sources Sought Experience Form"" for each Past or Present Performance reference which your firm wants to submit for Government market research consideration.� Responses should be for awarded US Government contracts or task orders only for similar services offered to the Government within the past five years.� Complete a separate form for each contract or task order.� You may submit a maximum of three forms as part of your response. �The forms do not count against the Technical Capabilities Statement�s page limit outlined in para 1.7(f) and are limited to a maximum of three pages for each Experience Form submitted. Use the formatting in the Experience Form provided (do not change the font or font size, and also do not change the page margins). (i)� Provide suggested contract types (i.e. firm-fixed price, cost-plus fixed fee, cost- reimbursement, etc.) best suited for these services.� Note:� Services are considered to be well defined, and the majority of CONUS and OCONUS services are expected to be performed by contract employees belonging to Collective Barganing Units (CBUs) under existing Collective Barganing Agreements (CBAs). (j)� Provide suggested contract line item number (CLIN) arrangements best suited for these services. (k)� Provide other suggestions to ensure this contract requirement and contents are best suited for these services. (l)� Identify any major performance, schedule, or cost risk anticipated at this time. (m)� Note.� The response may also include identification of existing contract vehicles that the Government may consider for use to satisfy this requirement. 1.8 QUESTIONS:� Questions regarding this announcement shall be submitted in writing by email to the Contracting POCs stated in Para 1.6 above. Questions are to be submitted NLT 11 May 2022, 1300. Verbal, phone or fax questions will NOT be accepted. Answers to questions will be posted on SAM.gov website. Questions shall NOT contain proprietary or classified information.� The Government reserves the right to consolidate and/or edit questions submitted before posting to SAM.gov. 1.9 NOTE FOR FUTURE STORMS ACQUISITION DOCUMENTS: �Any documents designated as Controlled Unclassified Information (CUI) will only be provided to an interested and qualified vendor via DoD SAFE upon a written request to the Contracting Officer.� Interested and qualified vendors must have a good faith intent to submit a proposal and have an active Certification from the Defense Logistics Agency Joint Certification Program (DLA JCP).� (Reference:� https://www.dla.mil/Logistics-Operations/Services/JCP/) 1.10 SUMMARY:� THIS IS A SOURCES SOUGHT to identify potential contractors that can provide the services described in para 1.3.� The information provided in this announcement is subject to change and is not binding on the Government. The Department of Air Force has not made a commitment to procure any of the supplies/services discussed and release of this Sources Sought should not be construed as such a commitment or as authorization to incur cost for which reimbursement would be required or sought. All submissions become Government property and will not be returned. Added:� 13 May 2022:� PDF file with questions received and Government responses.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/cff329ae093c43c5993f1180c0951509/view)
 
Place of Performance
Address: Colorado Springs, CO 80912, USA
Zip Code: 80912
Country: USA
 
Record
SN06327207-F 20220515/220513230102 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.