Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 26, 2023 SAM #8003
MODIFICATION

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

Notice Date
10/24/2023 3:10:20 PM
 
Notice Type
Solicitation
 
NAICS
517810 —
 
Contracting Office
FA2518 USSF SPOC/SAIO PETERSON AFB CO 80914-4184 USA
 
ZIP Code
80914-4184
 
Solicitation Number
FA2518-24-R-0001
 
Response Due
11/27/2023 12:00:00 PM
 
Archive Date
12/12/2023
 
Point of Contact
John P. McLaughlin, Tommie Rogers
 
E-Mail Address
john.mclaughlin.35@spaceforce.mil, tommie.rogers.1@spaceforce.mil
(john.mclaughlin.35@spaceforce.mil, tommie.rogers.1@spaceforce.mil)
 
Small Business Set-Aside
8A 8(a) Set-Aside (FAR 19.8)
 
Description
SOLICITATION / REQUEST FOR PROPOSAL: Space Operations Command (SpOC) Space Acquisition and Integration Office (SAIO) at Schriever Space Force Base, Colorado is releasing this solicitation / Request for Proposal (RFP) as a competitive 8(a) set-aside Indefinite Delivery Indefinite Quantity (IDIQ) contract and first Task Order for the Satellite Control Network Tracking Station Operations, Remote Site, and Mission Partner Support (STORMS). 1.0� DISCLAIMER PRESENTLY FUNDS ARE NOT AVAILABLE FOR THIS EFFORT.� NO AWARD WILL BE MADE UNDER THIS SOLICITATION UNTIL FUNDS ARE AVAILABLE.� THE GOVERNMENT RESERVES THE RIGHT TO CANCEL THIS SOLICITATION, ETIHER BEFORE OR AFTER THE CLOSING DATE.� IN THE EVENT THE GOVERNMENT CANCELS THIS SOLICITATION, THE GOVERNMENT HAS NO OBLIGATION TO REIMBURSE AN OFFERROR FOR ANY COSTS. 2.0� INTRODUCTION The objective of the STORMS IDIQ Contract is 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 mission of the SCN is to provide, through Telemetry, Tracking and Commanding and Payload (TT&CP), assured access to space systems and to distribute space system information in support of operational Department of Defense (DoD) missions, National Security, Research, Development Test & Evaluation (RDT&E) programs, and other designated users. The SCN is continually evolving to meet the USSF objectives for commonality, interoperability, survivability, capacity, and responsiveness for control of space systems in accordance with (IAW) USSF policy. The space programs supported by the SCN are of vital interest to the nation and require continuous support. The effort put forth under this contract by the contractor should, at all times reflect the relationship between the SCN and the safety and security of the United States (US) and its Allies. 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, 365 days a year (24/7/365) continuous schedule. In addition to the primary support provided to the DoD and its mission partners, the SCN also provides services for approved non-DoD organizations. 3.0� ANTICIPATED CONTRACT AND TYPE� � � � �� The contemplated contract and type for the STORMS IDIQ and subsequent Task Orders (TOs) is a Single Award, Firm-Fixed-Price (FFP) Contract with Cost Reimbursement (CR) Contract Line Item Numbers (CLINs).� FFP CLINs will include O&OM, RSS, MP and other DoD Site Support. �Cost Reimbursement (CR) CLINs will include Government approved travel, labor surge(s), local purchases, and other direct costs.� NOTE:� Contractors who do not have an approved accounting system to be awarded cost type contracts, are encouraged to seek/obtain approval from Defense Contract Audit Agency (DCAA) in accordance with the Federal Acquisition Regulation (FAR) and Defense FAR (DFARS). The STORMS IDIQ shall have a five (5) year base plus one (1) five (5) year option totaling a ten (10) year ordering period from contract award.� Performance of TOs shall not exceed one (1) year past the end date of the established ordering period. The IDIQ will have a ceiling of $480M and a Task Order minimum guarantee is $100K. The first TO shall have a sixty (60) day phase-in, a base of twelve (12) months, four (4) one (1) year option periods, and a six (6) month extension of services option. Contemplated award of the IDIQ and Task Order is on or before 18 March 2024. 3.1 NAICS AND PSC CODES The North American Industry Classification System Codes (NAICS) is 517810 � All Other Telecommunications, Satellite Tracking Stations with a corresponding Small Business size standard of $40M. The Product Service Code (PSC) is DG01 � IT and Telecom � Network Support Services (Labor). 3.2 QUESTION(S) AND PROPOSAL SUBMISSION DATES QUESTIONS:� All questions concerning this solicitation must be non-proprietary and submitted to the PCO via email no later than 1:00 p.m. MT, 06 November 2023. The Government will provide all question(s) and answer(s) on https://sam.gov/content/home.� Questions will not be accepted after this date. PROPOSAL SUBMISSION:� Offerors shall submit one (1) complete proposal for the Satellite Control Network Tracking Station Operations, Remote Site and Mission Partner Support (STORMS) program in accordance L-8 via PIEE (https://piee.eb.mil/). Proposals shall be received by the PCO no later than 01:00 PM Mountain Time (MT) on 27 November 2023. Offerors are cautioned to strictly comply with all instructions within this solicitation to ensure submission of a complete proposal. Failure to furnish a complete proposal at the time of proposal submission may result in an unacceptable proposal the Government eliminates from consideration for award. The Government will not accept any changes to offerors� proposals after the closing date of this solicitation in accordance with FAR 15.208. 3.3 REVISIONS AND AMENDMENTS The Government reserves the right to revise or amend the requirements or the solicitation at any time. Such revisions or amendments will be communicated by formal amendment to this solicitation. If such amendment requires material changes in quantities or costs, the proposal closing date may be postponed enabling offerors to revise their proposals. In such cases, the amendment will include an announcement of the new proposal closing date and time. 3.4 ACCESS TO SOLICITAITON CONTROLLED UNCLASSIFIED INFORMATION (CUI) ATTACHMENTS AND THE BIDDER�S LIBRARY NOTE:� CUI, CONTROLLED, AND OTHER SENSITIVE DOCUMENTS WILL ONLY BE RELEASED TO APPROVED 8(a) COMPANIES UNDER THE NAICS CODE LISTED ABOVE AND APPROVED PARTNERING/TEAMING/SUBCONTRACTING OFFERORS WORKING WITH AN 8(a). The STORMS IDIQ Overarching Scope/PWS, Initial Task Order PWS, Associated Attachments, and Bidder�s Library documentation are designated as CUI, Controlled Technical Data, and other sensitive documents. To receive a copy of these documents, interested and JCP Certified 8(a) vendors shall have a good faith intent to submit a proposal to this solicitation / RFP proposal due date and complete the requested steps as defined in Attachment Three (3) � Bidder�s Library Instructions. Once SpOC SAIO receives both your current JCP Status, DD2345, and Explicit Access Request, the information will be validated and if found to have an �Active� JCP and DD2345, your company will be approved to access the secured documents as well. By accessing the Bidder's Library, our firm agrees that it is familiar with, and will comply, with the standards for accessing, disseminating, handling, and safeguarding the information to which we are granted and it will protect the information from unauthorized disclosure, will not post it on any publicly accessible web site or other location, will use it only for the purposes of submitting a potential proposal in response to this RFP and will not provide it to any organization outside of our firm, except: to other potential contractors, with a DLA JCP Certification that shall be verified by SAIO.� Upon approval, information can be provided to potential partnering/teaming/subcontracting parties and be disseminated via a secure means for CUI only as provided by applicable law or regulation.� If an approved 8(a) Vendor / Offeror determines to team/partner/subcontract with a foreign contractor, that 8(a) company must submit the necessary documentation to the STORMS Procuring Contracting Officer and Program Manager showing the foreign contractor has the appropriate United States Clearance to receive such documentation.� This can include but not limited to a specific licensing from the US Department of State (ITAR) and the US Department of Commerce, appropriate approval from a Government Foreign Disclosure Office, etc.� The restricted documentation cannot be released to a foreign teaming/partner/subcontractor without the appropriate approval first from the Government. 4.0 CONTRACTING OFFICE ADDRESS AND POINT OF CONTACTS: SpOC SAIO/PKO and PMO (DoDAAC:� FA2518) 210 Falcon Parkway, Suite 267 Schriever Space Force Base, CO 80912 Procuring Contracting Officer for SpOC SAIO/PKO: John P. McLaughlin john.mclaughlin.35@spaceforce.mil Program Manager for SpOC SAIO/PMO: Tommie W. Rogers tommie.rogers.1@spaceforce.mil Alternate Points of Contact: SpOC SAIO/PKO Chief, Space and Cyber Operations Division (Contracting) Danny L. Cowell daniel.cowell@spaceforce.mil SpOC SAIO/PMO Chief, Space and Cyber Operations Division (Program Management) Nancy E. Anderson nancy.anderson.2@spaceforce.mil
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/17c2eb6e89b341d584db9447254dc281/view)
 
Place of Performance
Address: Colorado Springs, CO 80912, USA
Zip Code: 80912
Country: USA
 
Record
SN06866468-F 20231026/231024230039 (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.