SPECIAL NOTICE
R -- GCS II Addition of Option Years 07-09 and exercise of OY7-Notice of Proposed Contract Action (NOCA)
- Notice Date
- 8/13/2025 8:42:18 AM
- Notice Type
- Special Notice
- NAICS
- 517810
—
- Contracting Office
- FA8823 SUSTAINMENT MCPNT SSC/PKL PETERSON AFB CO 80914-2900 USA
- ZIP Code
- 80914-2900
- Solicitation Number
- GCSII_08132025
- Response Due
- 8/27/2025 11:00:00 PM
- Archive Date
- 09/12/2025
- Point of Contact
- Kevin Sibley, Phone: 7195562582, Matthew R Buchanan, Phone: 7195568752
- E-Mail Address
-
kevin.sibley@us.af.mil, matthew.buchanan@spaceforce.mil
(kevin.sibley@us.af.mil, matthew.buchanan@spaceforce.mil)
- Small Business Set-Aside
- NONE No Set aside used
- Description
- The Space System Command (SSC) Global Positioning Satellite (GPS) branch, Mission Delta 31, 31st Sustainment Squadron (MD31/31STS) Program Office intends to modify the existing GPS Control Segment II (GCS II) contract, FA8823-19-D-0001, to add three 12-month sustainment option CLINs, under the authority of Federal Acquisition Regulation (FAR) Part 6.302-1(a)(2). This action will also include the exercise of the first of the option periods extending the current contract Period of Performance from 1 January 2026 to 31 December 2026. If exercised, the remaining 2 option periods will extend the current contract up to two years with periods of performance from 1 January 2027 to 31 December 2027 and 1 January 2028 through 31 December 2028. The modification for continued GCS II sustainment support will be issued to the incumbent contractor, Lockheed Martin Services, LLC, 480 Wooten Road Building C, Colorado Springs CO, 80916-4712. To sustain GPS capabilities, SpOC/31STS (P) requires the following: I) Program management - risk management, safety and quality management; 2) Systems engineering; 3) Hardware and Software maintenance; 4) Baseline configuration and data management; 5) Technical Order management; 6) Planning, Design, Test, and Evaluation for all system baseline upgrades due to new satellite platforms and preplanned system upgrades; 7) Programmed Depot Maintenance (PDM); 8) Emergency Depot Level Maintenance (EDLM), Urgent Depot Level Maintenance (UDLM), and Technical Assists (TA); 9) Operator and Maintainer training; I0) System anomaly tracking, investigation and resolution; 11) System trending analysis; 12) Equipment and software license obsolescence management; 13) Cybersecurity and processing of information assurance activities for network certification and accreditation. This will enable the transition of the sustainment of Next Generation Operational Control System (OCX) to a competitive sustainment contract after delivery of the OCX GPS IIIF capability. The Government conducted a Request for Information (RFI) released on 9 September 2024 with responses (i.e. Statement of Capabilities (SOCs)) due on 24 September 2024. 4 responses were received. The Government has determined that award to any other source would result in substantial duplication of cost to the Government that is not expected to be recovered through competition and unacceptable delays in fulfilling agency requirements. The Government anticipates that award of this effort to a new contractor would require a substantial transition period between the incumbent and new awardee that would allow the new contractor time to ramp up to be able to fully perform the PWS requirements, in addition to duplicative lab costs and software licenses. Without such a transition period, the Government would experience unacceptable delays in meeting agency requirements because the new contractor would not be able to fully execute the required PWS. The information contained herein is based on the best information available at the time of publication, is subject to revision, and is not binding on the Government. This notice is for information purposes only and the Government will not recognize any cost associated with submission of information in response to this or previous notices. Submit all inquiries or responses to this notice to the Procurement Contracting Officer to the Procurement Contracting Officer, Matthew Buchanan. Email: matthew.buchanan@spaceforce.mil, and Contract Specialist, Kevin Sibley. Email: kevin.sibley@us.af.mil.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/a3437972293b4a0db69004eb719d5895/view)
- Place of Performance
- Address: Colorado Springs, CO 80912, USA
- Zip Code: 80912
- Country: USA
- Zip Code: 80912
- Record
- SN07548586-F 20250815/250813230046 (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 |