SPECIAL NOTICE
99 -- Satellite Control Network Support Services (SNCSS) Request for Information
- Notice Date
- 5/26/2021 9:27:36 AM
- Notice Type
- Special Notice
- NAICS
- 541330
— Engineering Services
- Contracting Office
- FA2518 USSF SPOC SAM-D CONTRACTING PETERSON AFB CO 80914-4184 USA
- ZIP Code
- 80914-4184
- Solicitation Number
- FA2518SAMDSCNSS
- Response Due
- 6/2/2021 12:00:00 PM
- Archive Date
- 06/17/2021
- Point of Contact
- Alexander Rust, Dan Hayes
- E-Mail Address
-
alexander.rust.2@spaceforce.mil, daniel.hayes.37@spaceforce.mil
(alexander.rust.2@spaceforce.mil, daniel.hayes.37@spaceforce.mil)
- Description
- Amendment 1:� In Order to allow for more responses to the Request for Information the deadline for responses has been extended to 1300 Mountain Time on 2 June 2021 REQUEST FOR INFORMATION (RFI) SATELLITE CONTROL NETWORK SUPPORT SERVICES (SCNSS) THIS NOTICE IS ISSUED AS AN RFI ANNOUCEMENT FOR INFORMATION PURPOSES. This notice DOES NOT constitute a Request for Proposal (RFP), Request for Quotation (RFQ), Invitation for Bid (IFB), or solicitation, nor does it represent any commitment by the Government. Since this is an RFI announcement, no evaluation letters and/or results will be issued to the respondents. No reimbursement will be made for any costs associated with providing information in response to this announcement. No telephone calls will be accepted requesting a bid package or solicitation. A solicitation does not presently exist.� SAM-D will not accept or acknowledge: emails over 5MB, brochures, samples, catalogs, and any other marketing solicitation information.� The Government is performing market research primarily in order to determine if there are firms that possess the capability to execute the requirements of this RFI. Therefore, we further invite offerors to provide a capability statement in response to this requirement. Prospective contractors shall be registered in the System for Award Management (SAM) prior to award of any Federal Government contract. Contractors are encouraged to obtain further information on SAM registration at the following website: https://beta.sam.gov/ The professional services in the DRAFT PWS requires offerors to provide technical and engineering support in the areas of: mission integration and troubleshooting for new and existing satellite programs, multiple system modifications and upgrades, new and existing remote tracking stations, operational complexes, Inter-Range Operations Number Database Files, Obscura, Transmit Inhibit Zones, Network common data, and ground antenna network loading analysis. Please provide the following information in your response: a. Name, address, and point of contact to include telephone number and email address of your ���� company. b. GSA POOL 3 OASIS Contract # (if applicable), Company CAGE Code, and DUNS in order to verify SAM status. c. Specify your business type (large business, small business, small disadvantaged ��������� business, 8(a) certified small disadvantaged business, HUBZone small business, woman-��������� owned small business, veteran-owned small business, service-disabled veteran-owned small business �� based upon NAICS 541330 (Size Standard of $41.5M).� Specify all that apply.� d. Provide any additional NAICS codes and/or GSA OASIS POOLS with justification that you would recommend as being more applicable. � e. Would your organization propose on this project as a prime contractor, prime contractor with subcontractor(s),or a joint venture?� Identify the business size of your team members or joint venture firms based on the proposed NAICS 541330 NAICS code. If a teaming arrangement is planned, give details to the extent practicable on how the team will likely be composed. See FAR subpart 9.6 for Government policy on teaming arrangements and 8(a) Program regulations described in 13 CFR 124.513 f. Identify any projects completed in the past five (5) years for the same or similar scope to help determine your firm�s capability and capacity in meeting the requirement for the services listed in the attached DRAFT PWS.� Scope shall include efforts that address the following criteria: 1. Loading Analysis 2. SCN Training 3. Integration, Testing, and Troubleshooting 4. Launch Support 5. SCN ORPT Data Maintenance 6. Net-C System and Data Management 7. SCN Inter-Range Operations Number (IRON) Database File (IDF) Support 8. Technical Analysis 9. Antenna Network Loading Requirements � Data Collection 10. Technical Training g. In an effort to determine industry capability to fulfill the requirements of the SCNSS PWS under NAICS 541330, please use the attached matrix (SCNSS Past Performance Capability Matrix) to identify your capability to meet all areas of the PWS.� Also, please identify what areas of the PWS you will utilize teaming partners and/or subcontractors to accomplish. Additionally, identify the business type(s) of your teaming partners based upon NAICS 541330 (Size Standard of $41.5M). � h. For the DRAFT PWS, interested offerors are encouraged to submit questions/feedback for Government review. The Government will not post official responses to the questions/feedback but they will be reviewed by the Government. If questions/answers are provided the details will be shared to all respondents. All responses shall be received by Wednesday, 26 May 2021 @ 13:00 PM Mountain Time. Send responses via e-mail to Mr. Alexander Rust (alexander.rust.2@spaceforce.mil) and Mr. Dan Hayes (daniel.hayes.37@spaceforce.mil). Responses shall be no more than 10 pages (single spaced, front and back, no smaller than Times New Roman, font size 12 or equivalent). If submissions exceed the page count noted, the Government may only review the first 10 pages and disregard the remainder of the submission. The page count does not apply to Attachment 2. Extraneous materials (brochures, manuals, etc.) will not be considered. LIST OF ATTACHMENTS: 1. DRAFT PWS for SCNSS dated 8 Mar 21 2. SCNSS Past Performance Capability Matrix
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/6b4df3e5b3ff4b3ebfe581a0c6160fe1/view)
- Place of Performance
- Address: Colorado Springs, CO 80912, USA
- Zip Code: 80912
- Country: USA
- Record
- SN06013352-F 20210528/210526230112 (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 |