Posted: July 23, 2019, 4:22 p.m. EDT
The Air Force Space and Missile Systems Center, Space Superiority Systems Directorate (SMC/SY), is using this Sources Sought Synopsis to conduct market research to identify potential offerors with the capability to provide sustaining engineering and life-cycle product support for the following mission areas: Space Situational Awareness (SSA); Defensive Space Control (DSC); Offensive Space Control (OSC); and, the Space Test/Training Range (STTR). Associated tasks within the contemplated services contract include but are not limited to the following activities: delivering direct mission support of operational systems; secure network infrastructure and long-haul communication lines; working directly with depot contractors to rectify critical system failures; performing technology insertion and risk reduction activities to identify obsolescence fixes and efficiencies; and support rapid hands-on development of assets to meet Joint Urgent Operational Need (JUON) requirements. The applicable North American Industry Classification System Code (NAICS) assigned to this procurement is 541330 Engineering Services, with a size standard of $38.5M (Military and Aerospace Equipment). The applicable services category code is "R" (R706 Support - Management: Logistics Services). The Systems Operations & Product Support Services program supports SMC/SY at multiple levels of security from Secret/Collateral, up to and including Top Secret (TS)/Special Compartmented Information (SCI), Special Access Program/Special Access Required (SAP/SAR). The contemplated contract is expected to consist of a one (1) year base period with up to six (6) annual option periods. The Government anticipates awarding the follow-on effort no later than 30 April 2020. Contractors must provide their own SCI facility (SCIF) to perform the workload consisting of hardware and software maintenance and have access to a Secure Global Network (SGN) node within their workspace.
The workspace may be provided by a subcontractor to the extent that approach does not impede efficient performance. The Government will not fund the construction of new secure facilities or modifications to existing secure facilities as part of the follow-on effort. Additionally, the Government will not fund the purchase or accreditation of a new SGN node. Contractor personnel assigned to work under the contract must hold a Top Secret/Single Scope Background Investigation (TS/SSBI), with a current background investigation, with Director of Central Intelligence Directive (DCID) 6/4 eligibility and currently briefed to or eligible for access to SCI. If the potential offeror will be working on other contracts within the contractor's secure facility, a Concept of Operations (CONOPS) will need to be provided to the SMC/SY Security Office for approval if a solicitation is issued. The document would need to identify how the offeror would process, store, and segregate the data required to perform the OPS3 contract, along with hardware and personnel utilized to perform the OPS3 effort, from other contract work in the facility. This CONOPS information is not required at this time but will be required if a solicitation is released at a later date. Potential offerors are invited to submit a Statement of Capability (SOC) demonstrating that they have the capacity, facilities, cleared personnel, and expertise to perform the work described within this announcement. A response to this Sources Sought Synopsis is due no later than 2 August 2019 at 4:00 PM Pacific Time. All responses to this Sources Sought Synopsis must be made in writing and e-mailed to Capt Enslen and Mr. Gonzalez. See their contact information stated below. Interested parties may ask questions in writing by contacting Capt Enslen and Mr. Gonzalez via e-mail no later than Wednesday, 17 July 2019, 5:00 PM Pacific Time. The SOC must provide the following information and address the following requirements: 1) Organization name, mailing address, email address, website address, telephone number, CAGE code, and DUNS number. 2) Description of the facilities, personnel, and equipment intended for use in performing this effort. Include evidence of existing security clearances, or the capability to obtain them, for both personnel and facilities. Include the SCIF Identification Number and the Government agency that certified the SCIF. The SOC must clearly address the understanding that: a. Contractors must provide their own SCIF with sufficient dedicated capacity to perform the OPS3 workload and must have access to an SGN node within that workspace.
The workspace may be provided by a subcontractor to the extent that approach does not impede efficient performance. b. The Government will not fund the construction of new, or modifications to, existing facilities as part of the follow-on effort. c. The Government will not fund the purchase or accreditation of a new SGN node. 3) Provide a technical description of the experience and knowledge necessary to perform PWS requirements at the multiple security levels stated above. 4) Describe your previous experience in performing requirements consistent with those stated in the PWS as a prime contractor or subcontractor. In particular, address the following PWS requirements. (a) Describe your experience in developing, planning and implementing product support strategies for quick reaction capabilities, demonstrations, prototyping, and test and evaluation activities. Experience and activities should include how their product support strategies reduced costs and schedule in meeting urgent needs (PWS paragraph 5.1.1). (b) Describe your ability to provide Direct Mission Support (DMS) to the Government for CONUS and OCONUS systems. Experience and activities shall include how expertise, boots on ground, benefited the Government with their ability to travel, review procedures, and witness testing and integration activities (PWS paragraph 5.1.1). (c) Describe your experience providing input for system upgrades, modifications, system transitions and studies. The offeror experience shall include their recommendation history to Government requirements, e.g. SOW/PWS, Technical Requirement Documents (TRDs), Capabilities Documentation (CDD/CPD), and how the offeror's recommendation drove cost and schedule savings; to include risk reduction strategies (PWS paragraph 5.1.2). (d) Describe your experience with design and prototyping expertise which translated in a system (or subsystem, program, project, activity) concept into a preliminary/detailed design that produced a functional prototype or model of the system in support to Government demonstration efforts (PWS paragraph 5.1.2). 5) Tailored capability statements addressing the particulars of this effort with appropriate documentation supporting claims of organizational and staff capability in relation to this mission area. If significant subcontracting is anticipated in order to perform the requirements, address the administrative and management structure you would employ to meet the PWS requirements. 6) Describe an organizational conflict of interest strategy to perform the PWS without such conflicts of interest. This strategy should be included as an attachment to the SOC and will not count against the fifteen (15) page limit. 7) Clearly articulate your concept for assuming the transfer of performance responsibility without a break in service. Include any prior experience in assuming contractual responsibility for classified equipment/data. 8) The Government is considering several different alternatives for acquiring this capability including but not limited to a FAR Part 15 source selection, a task order competed under General Services Administration (GSA) Multiple Award Schedule, or sole source award to the incumbent. Please describe any existing GSA contract vehicles, if applicable, and include the name of the contract, contract number, period of performance, and any other relevant parameters of the contract vehicle applicable for use by the OPS3 program. An unclassified draft Performance Work Statement (PWS) is available to potential offerors upon request to the points of contact listed below. Questions relating to OPS3 program security requirements may be directed via telephone to Mr. Stephen Taylor, SMC/SYS, at (310) 416-1618. Responses from qualified small and small disadvantaged businesses, who can meet the security requirements, are highly encouraged from potential offerors interested in performing prime contractor or as subcontractors. Format of Responses: Statements of Capability must not exceed fifteen (15) pages in length, 8.5 by 11.0 inch pages, single-spaced, using 12 point Times New Roman font, with 1-inch margins. Elaborate formats or color presentations are not desired or required. Submitted responses should be in Microsoft Word or Adobe Acrobat format. All material provided in response to this synopsis shall be unclassified, and should be non-confidential and non-proprietary to the maximum extent practicable. Firms providing confidential or proprietary information should separately and clearly identify and mark all confidential or proprietary information with a legend similar to the following: "The following contains proprietary information that (name of responder) requests not be released to persons outside the Government, except for the purposes of review and evaluation." The Government will take all necessary steps to protect/safeguard any confidential/proprietary information provided. The Government will not be held responsible for any confidential or proprietary information not clearly marked. Disclaimer and Notes: THIS IS A SOURCES SOUGHT SYNOPSIS ONLY. This synopsis is issued solely for information and planning purposes. It does not constitute a solicitation (Request for Proposal or Request for Quotations) or a promise to issue a solicitation in the future. This synopsis does not commit the Government to contract for any supply or service whatsoever. The Government is not seeking proposals at this time. Responders are advised that the Government will not pay for any information or administrative costs incurred in response to this synopsis. All costs associated with responding to this synopsis will be solely at the responding party's expense. All information received in response to this synopsis that is marked as proprietary will be handled accordingly. The Government shall not be liable for or suffer any consequential damages for any proprietary information this is not properly identified. Proprietary information will be safeguarded in accordance with the applicable Government regulations. The Air Force will not be obligated to pursue any particular acquisition alternative as a result of this synopsis. Responses will not be returned. Not responding to this synopsis does not preclude participation in any future solicitation, if one is issued. The Air Force has entered into contracts with The Aerospace Corporation and Tecolote Research. These companies support the SMC/SY program office by performing technical reviews, systems engineering and integration analyses, cost estimation, and other advisory services. Respondents are hereby notified that all responses will be provided to our support contractors for their services to the Air Force. If respondent disagrees with the release of its synopsis response to any of these firms, the respondent must clearly state this restriction in the cover letter accompanying their synopsis response.
Posted: July 16, 2019, 2:07 p.m. EDT
Posted: July 8, 2019, 7:51 p.m. EDT
Posted: July 3, 2019, 6:43 p.m. EDT