Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 21, 2024 SAM #8272
SOURCES SOUGHT

R -- Global Positioning System (GPS) Engineering, Analysis & Remote Site Sustainment III (GEARSS III)

Notice Date
7/19/2024 11:38:01 AM
 
Notice Type
Sources Sought
 
NAICS
541715 — Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
 
Contracting Office
FA8823 SUSTAINMENT MCPNT SSC/PKL PETERSON AFB CO 80914-2900 USA
 
ZIP Code
80914-2900
 
Solicitation Number
0719202401
 
Response Due
8/5/2024 4:00:00 PM
 
Archive Date
08/20/2024
 
Point of Contact
Matthew J Buchanan, Chris Cook
 
E-Mail Address
matthew.buchanan@spaceforce.mil, christopher.cook.62@spaceforce.mil
(matthew.buchanan@spaceforce.mil, christopher.cook.62@spaceforce.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Action Code: D � Sources Sought Synopsis Date of Posting: 19 July 2024 Contracting Office Zip Code:� 80914 Classification Code: R-Professional, Administrative and Management Support Services Contracting Office Address: 1050 E. Stewart Dr., Colorado Springs, CO 80914 Subject: Global Positioning System (GPS) Engineering, Analysis & Remote Site Sustainment III (GEARSS III) Proposed Solicitation Number: TBD Closing Response Date:� 05 August 2024 Contract Point or Contracting Officer: Mr. Matthew Buchanan Contract Award and Solicitation Number: TBD Contract Award Dollar Amount: TBD CLIN: Firm Fixed Price and Cost Reimbursement Contract Award Date: 01 December 2025 Contractor: TBD Description: This source sought notice is for the Government to determine interested offerors to compete for execution of the GEARSS III contract, as the Next Generation Operational Control Segment (OCX) migrates into operations.� The GEARSS III contract will be awarded by full and open competition and is contemplated to be a competitive hybrid cost plus fixed fee (CPFF) and firm fixed price (FFP) acquisition as a Single Award Indefinite Delivery, Indefinite Quantity (SA IDIQ) contract. The scope of this effort includes technician support at GPS Control Segment (CS) remote sites at Kwajalein (KWAJ), Ascension Island (ASCN), Diego Garcia (DIEGO), Colorado Springs Monitor Station (COSPM) and Cape Canaveral FL (CAPE). �GEARSS III scope is also contemplated to include scope for Defensive Cyberspace Operations (DCO) Monitoring capability at Schriever Space Force Base (SSFB), CO and Vandenberg Space Force Base (VSFB), CA. The contemplated scope also includes Network Administrator Officers (NAO) and operations support at the GPS Master and Alternate Control Stations (MCS/AMCS) at SSFB and VSFB respectively. The Position, Navigation, and Timing (PNT) Delta (Provisional) intends to award the GEARSS III contract with a contemplated period of performance (PoP) from 1 December 2025, (1 Dec � 31 Dec 2025 as a transition period) through 31 December 2030, with a possible six-month extension of services through 30 June 2031. The Government is likely to award the contemplated scope as multiple task orders to account for any transition risk and/or changes in scope throughout the PoP. Contractor management and execution of GEARSS III shall be located in El Paso County, CO. The following are representative of primary GEARSS III tasks: 1)� Perform Remote Site maintenance and operations support per maintenance Technical Orders (TOs) for ASCN, KWAJ, DIEGO, COSPM and CAPE, to include, but not limited to, providing maintenance manning on-site for a minimum of eight hours per day, five days per week. Remote site maintenance will be performed at these sites regardless of operational ground system. Demonstrate or discuss staffing approaches to meet the requirements in the operating locations that are difficult to staff. 2)� Provide mission essential NAO support to include, but not limited to, trained NAO personnel performing NAO crew member duties and responsibilities 24/7 in accordance with the technical orders and maintaining required NAO proficiency. All NAO personnel are required to possess Security+ Certifications and Department of Defense (DoD) Top Secret clearances. Demonstrate or discuss capabilities related to system administration and direct support to operators. 3)� Provide operations support, engineering, and analysis technical expertise for daily ground system, on-orbit and launch activities, crew proficiency and system simulation for a minimum of 12 hours per day, five days per week (0600-1800, Monday-Friday) with 24 hour on-call support. This support includes transition support from the current operational control system (OCS) through the acceptance of the OCX. Demonstrate or discuss your capabilities related to operations and technical analysis for PNT and/or other United States Space Force (USSF) mission areas. �� 4) �Provide DCO Monitors to conduct DCO monitoring operations (24 hours per day, seven days per week, 365 days per year) to provide visibility into GPS network assets utilizing the current cybersecurity suite. Tasks include monitoring network traffic conditions and maintaining awareness of GPS network traffic conditions, performance, bandwidth indicators, anomaly alerts, unauthorized activity, audit logs, and any on-going cyber event or incident. Requirements may also include staffing cyber Subject Matter Expertise (SME) to conduct technical analyses and assessments on the operational and support systems. Demonstrate or discuss capabilities related to staffing qualified personnel and any applicable technical approaches or processes. 5)� Provide the necessary program management, task order management, supplier/subcontract management, and contracts and pricing for the GEARSS III contract. Program management approaches must ensure staff are supportive of the transition of the OCX and provide responsive and cooperative support to all Government stakeholders. Demonstrate or describe capabilities related to task order management or any other applicable approaches or processes. 6)� Place of Contract Performance:� SSFB, CO; VSFB, CA; Colorado Springs, CO; with maintenance activities performed at the remote sites of CAPE, ASCN, DIEGO, and KWAJ. The Government requests Industry prepare and submit Statements of Capability (SOC) demonstrating or describing relevant DoD experience related to the requirements above. Industry partners are encouraged to respond to any capabilities and are not required to respond to all. Additionally, the Government requests any feedback on the notional acquisition strategy for letting a SA IDIQ contract. Industry should provide risks with proposed mitigations or alternative recommendations to the SA IDIQ construct. Interested parties must be able and prepared to execute these tasks at all remote sites (ASCN, KWAJ, DIEGO, COSPM and CAPE) and operational locations (MCS and AMCS) immediately at completion of the Phase-In period. These tasks are mission critical and interested parties that cannot meet the start date will not be considered. Responses from all socioeconomical categories to include but not limited to small businesses, small disadvantaged businesses, woman-owned small businesses, service-disabled veteran-owned small businesses, veteran-owned small businesses, historically underutilized business zones, and 8a firms are highly encouraged. The North American Industry Classification System (NAICS) code applicable to this Sources Sought posting is NAICS 541715 Aerospace research and development (except prototype production), small business size standards in number of employees: 1,000. Any persons or companies interested in this notice are to respond to the requirement(s) and submit their capabilities to the Contracting Officer. Responsible sources may submit a SOC which shall be considered by the Government. The date of response to this synopsis for GEARSS III is 15 calendar days after the date of publication of this synopsis and must conform to 8.5 x 11-inch pages, font no smaller than 12-point, 1� margins and a maximum of 10 pages. The SOC must include the following information: 1) Company name, mailing address, points of contact, and telephone numbers; 2) Business size classification (large, small, or other); 3) Description of experience, if any, in commercial or non-commercial Control Segment sustainment; 4) Description of ability to satisfy the Government�s performance requirements described above. SOCs may also reference applicable sustainment experience if it represents, and the company demonstrates specifically applicable tasks to those listed above. All SOCs must be completely unclassified. Persons/entities debarred and/or suspended will not be considered, therefore are requested not to respond. Communicate questions/concerns regarding this acquisition to Contract Specialist, Christopher Cook or Procurement Contracting Officer, Matthew Buchanan. In accordance with AFFARS 5352.201-9101, Ombudsman (JUL 2023), an Ombudsman has been appointed to hear and facilitate the resolution of concerns from Offerors, potential Offerors, and others for this acquisition. If resolution cannot be made by the Contracting Officer, concerned parties may contact the following agency:� Brian V. Ucciardi, Phone: (808) 450-0020, Email: brian.ucciardi.1@spaceforce.mil, Address: SSC/AC PK, Attn: Mr. Brian V. Ucciardi, 483 N. Aviation Blvd, Los Angeles SFB, CA 90245-2808.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/edf70a5c3b4242069c1b9adabc7c62fe/view)
 
Place of Performance
Address: Colorado Springs, CO 80914, USA
Zip Code: 80914
Country: USA
 
Record
SN07136513-F 20240721/240719230114 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.