SOURCES SOUGHT
99 -- Operational Command and Control & Battle Management System supporting the Space Tasking & Joint Targeting Cycles
- Notice Date
- 3/25/2025 2:01:19 PM
- Notice Type
- Sources Sought
- Contracting Office
- FA8806 BATTLE MNGMNT C3 SSC/BCK EL SEGUNDO CA 90245-2808 USA
- ZIP Code
- 90245-2808
- Solicitation Number
- FA880625S0001_Operational_C2_and_Battle_Mgmt_System_for_Space_Tasking
- Response Due
- 3/31/2025 12:00:00 PM
- Archive Date
- 04/15/2025
- Point of Contact
- Byron Irving, Phone: 310-653-9327, Tyler Dalton
- E-Mail Address
-
byron.irving@spaceforce.mil, tyler.dalton@spaceforce.mil
(byron.irving@spaceforce.mil, tyler.dalton@spaceforce.mil)
- Description
- REQUEST FOR INFORMATION Operational Command and Control & Battle Management System supporting the Space Tasking & Joint Targeting Cycles 1. OBJECTIVE Space Systems Command is conducting market research to assist in the identification of commercial technologies to support the delivery of a single integrated Operational Command and Control (Ops C2) solution for supporting Ops C2 planning, tasking, deconfliction and aiding decision making required within the Space Tasking Cycle (STC) and Joint Targeting Cycle (JTC) processes. The solution will support both current and future military space operational planning for operational decision makers at multiple echelons. This RFI also is intended to help inform decision and business case analysis to: Understand the current marketplace and existing industry capabilities to fulfill the accelerated delivery and demonstration timeline; Obtain recommendations from industry on acquisition strategies to enable delivery and demonstration timelines described above; Identify the major technical and programmatic risks; Determine industry data and information needs to support accelerated delivery and demonstration timelines 2. DESCRIPTION C2 encompasses the exercise of authority and direction by a commander over assigned and attached forces to accomplish the mission. The C2 function encompasses several tasks, including: Establish, organize, and operate a joint force HQ. Command subordinate forces. Prepare, modify, and publish plans, orders, and guidance. Establish command authorities among subordinate commanders. Assign tasks, prescribe task performance standards, and designate OAs. Prioritize and allocate resources. Manage risk and force protection. Communicate across the staff and joint force. Assess progress toward accomplishing tasks, creating conditions, and achieving objectives. Coordinate and control the employment of joint forces to create lethal and nonlethal effects (i.e., the use of intermediate force capabilities incorporating both lethal and nonlethal means) across the competition continuum. Coordinate, synchronize, and, when appropriate, integrate joint operations with the operations and activities of other participants. Ensure the flow of information and reports to and from a higher authority[1] Historical Space Ops C2 processes centered around the Space Tasking Cycle. Due to the changing nature of space operations, some of these historically doctrinal products may need to be modified to meet the demands of the current force structure. SSC seeks to understand technical industry capabilities to deliver a single integrated solution that addresses the lines of effort below: Construction of the Space Operations Directive Support production of the Joint Integrated Prioritized Target List (JIPTL), Joint Integrated Prioritized Collection List (JIPCL), No Strike List (NSL), and Restricted Target List (RTL) Development of a Master Space Attack Plan (MSAP) Production and Dissemination of a Space Tasking Order (STO) Processes for monitoring, assessing, and evaluating the execution of the above plans and production processes Monitoring, reporting and tracking red and blue forces and status Providing a mechanism to deliver feedback on the systems, effects, status of production, and currently delegated authority Supporting the Combined Joint Force Space Component Commander�s (CJFSCC) Ops C2 planning, tasking, deconfliction and battle management functions. Support a PL-3 solution deployment covering userbases across Secret, Secret//REL, Top-Secret//SCI and Special Access Program security levels. Additional lines of effort focused on battle management include: Provide real time situational awareness of the battlefield environment to include, location of friendly and enemy forces, terrain, weather, and other critical factors. Support CJFSCC battle management control of operational activity including indications and warning, emerging force constraints and weapons and tactics employment. 3. ACQUISITION VALUES SSC is looking for industry partners with strong technical best practices, familiarity with government regulations, proven success delivering unified software capability across multiple classification levels, and agile software mindsets geared toward rapid delivery and deployment. This includes formalized processes and experience with delivering the singularly integrated solution as a fully managed commercial item. 4. DESIRED INFORMATION RFI responses should address lines of efforts outlined in Section 2.0 as well as any additional pertinent information regarding timelines to delivery at each classification level listed. RFI responses should also include the following. Business name and Size Standard Submitter�s Name and Parent Company, if applicable Business Address: Street, City, State, and Zip code Point of Contact and contact information (telephone number and email address) CAGE code/Unique Entity Identifier 5. RESPONSES Provided responses are expected to consist of information papers not to exceed 10 pages using Times New Roman, size 12 font. Responses should include the completed quad-chart template provided as an Attachment to this RFI and a one-page graphic that provides a quick, high-level depiction of the solution. Neither the title page, quad-chart or overview graphic are included in the page limitation. Unclassified electronic copy submissions are preferred; however, respondents can send classified submissions at the Secret, Top-Secret//SCI and SAP levels with prior coordination with the contracting officer. Provided responses will not be returned and respondents are advised that SSC is under no obligation to acknowledge receipt of the information received except as required to confirm receipt of classified materials, or to request clarification with respect to any information that is submitted in accordance with the instructions contained in this RFI. SSC makes no commitment regarding the use of a submission; nor is any acquisition expected from this RFI or the submissions that may be made hereunder. The Government intends to use third party, non-Government (i.e. contractor, Federally Funded Research, and Development Center personnel) support personnel as subject matter experts in the review of responses received, including the review of any marked or unmarked proprietary information provided. SSC utilizes subject matter experts at Federally Funded Research Laboratories and other support contractors to meet our mission objectives. The Agency maintains non-disclosure agreements on file with these organizations and companies to allow them access to proprietary information for the purpose of evaluations and recommendations. Organizational Conflict of Interest (OCI) and Personal Conflict of Interest (PCI) clauses are incorporated within each of these contracts. Submission of a response to this RFI constitutes the participant's acknowledgement and agreement that the information provided in the response, including any marked or unmarked proprietary or source selection information, may be disclosed to these non-Government support personnel. 6. DISCUSSIONS SSC may conduct an Industry Day where one-on-one sessions will be held � either via VTC or in person � for no longer than 60 minutes. Industry One-On-One Sessions are not required and timeslots are limited on a first come first serve basis. Participation in this overall effort is strictly voluntary, with no costs incurred or obligations made on behalf of SSC. Respondents intending to participate in Post RFI Submission Industry One-On-One Sessions with SSC, must send an unclassified email request with attendees to the contracting officer. SSC personnel will confirm the date, time, location, and teleconference number (if requested) of the one-on-one Session. 7. MARKING Respondents are encouraged to respond with the submission of information that is not constrained by proprietary information rights. If proprietary information is included in a respondent�s submission, the respondent is responsible for ensuring its submission contains appropriate and adequate markings of said proprietary information. Further, any proprietary information MUST be marked as such on a page-by-page basis. 8. COMPENSATION This RFI only supports SSC planning activities. Submission of information by a respondent hereunder is entirely voluntary. The Government does not intend to award a contract on the basis of this request or reimburse any costs for the information requested as a result of any company, organization, or individual providing a response to the RFI. SSC reserves the right to use information that has been voluntarily provided by respondents without compensation as part of SSC�s ongoing efforts to refine the Space Operational C2 Plan and Technology Roadmap and acquisition plan. 9. PROCUREMENT INTEGRITY, STANDARDS OF CONDUCT, ETHICAL CONSIDERATIONS, AND CONFLICTS OF INTEREST Any Offeror who currently provides A&AS, SETA, SE&I, or FFRDC support services to BCCB is precluded from providing a submission in response to this Sources Sought. Submissions from conflicted companies will be discarded without evaluation. This includes any LLC�s, subsidiaries, partnerships, or any affiliations that could create the appearance of an OCI in accordance with FAR subpart 9.5 and its supplements. 10. ATTACHMENT Space C2 Quad Template [1] Joint Publication 3-0 � Joint Campaigns and Operations 18 June 2022
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/759d7e820fae4c8bab9bf10be5d1ce53/view)
- Place of Performance
- Address: El Segundo, CA, USA
- Country: USA
- Country: USA
- Record
- SN07385666-F 20250327/250325230051 (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 |