Satellite Control Network Tracking Station Operations, Remote Site, and Mission Partner Support (STORMS3)

Agency:
State: Colorado
Level of Government: Federal
Category:
  • D - Automatic Data Processing and Telecommunication Services
Opps ID: NBD00159380358790953
Posted Date: Oct 13, 2023
Due Date: Aug 16, 2023
Source: Members Only
Follow
Satellite Control Network Tracking Station Operations, Remote Site, and Mission Partner Support (STORMS3)
Active
Contract Opportunity
Notice ID
FA2518STORMS3
Related Notice
FA2518STORMS1
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE AIR FORCE
Major Command
AIR FORCE SPACE COMMAND
Office
FA2518 USSF SPOC/SAIO
General Information View Changes
  • Contract Opportunity Type: Special Notice (Updated)
  • All Dates/Times are: (UTC-06:00) MOUNTAIN STANDARD TIME, DENVER, USA
  • Updated Published Date: Oct 13, 2023 11:05 am MDT
  • Original Published Date: Jul 05, 2023 01:59 pm MDT
  • Updated Response Date: Aug 16, 2023 06:00 pm MDT
  • Original Response Date: Jul 31, 2023 02:00 pm MDT
  • Inactive Policy: Manual
  • Updated Inactive Date: Nov 15, 2023
  • Original Inactive Date: Sep 15, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: 8(a) Set-Aside (FAR 19.8)
  • Product Service Code: DG01 - IT AND TELECOM - NETWORK SUPPORT SERVICES (LABOR)
  • NAICS Code:
    • 517810 - All Other Telecommunications
  • Place of Performance:
    Colorado Springs , CO 80912
    USA
Description View Changes

13 October 2023 - Amendment 04: DRAFT Solicitation Documents and RFP Update



The purpose of Amendment 04 to FA2518STORMS3 Industry Update is to inform all interested 8(a) Contractors/Vendors the following:



DRAFT Solicitation Documentation: STORMS DRAFT Solicitation Documentation will be released by SpOC SAIO via DoD Safe to approved 8(a) vendors known by the Government to date for this requriement. For those 8(a) Contractors/Vendors who are not approved and would like to receive the DRAFT Solicitation Documentation, shall do so in accordance with this Inustry Update 2.3 REQUIRED CAPABILITIES. NOTE: The DRAFT Solicitation Documentation will ONLY be released to approved 8(a) Contractors/Vendors or those who can prove they are a Joint Venture.



The provided DRAFT Solicitation Documentation is that of DRAFT, meaning not finalized, and can change before the final RFP is released on SAM.gov. The DRAFT Documentation does not have a watermark stating such but does state so in the title of each document. The Government is not seeking feedback or questions from interested 8(a) Contractors/Vendors regarding the DRAFT Solicitation Documentation.



RFP Release: The official RFP release date is unknown by the Government at this time. SpOC SAIO will amend this Industry Update once a date or time frame is realistically known.



Availability of Funds: In accordance with (IAW) FAR 52.232-18 – Availability of Funds (Apr 1984):



Funds are not presently available for this contract. The Government’s obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer (CO) for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. (End of Clause)



Presently, funds are not available for this effort. No award will be made under this Industry Updatee. The Government reserves the right to cancel this notice, either before or after the closing date. In the event the Government cancels this Industry Update, the Government has no obligation to reimburse an Offeror for any costs.





No other information has been changed to the Industry Update.



-------------------------------------------------------------------------------------



3 August 2023 - Amendment 03: DRAFT Task Order Sections B, H, L, M and RFP Update



The purpose of Amendment 03 to FA2518STORMS3 Industry Update is to inform all interested 8(a) Contractors/Vendors the following:



DRAFT Task Order Sections B, H, L, and M. The Government is posting the attached DRAFT Sections B, H, L, and M for Industry review, feedback, and questions. In the DRAFT Sections, the Government has highlighted areas in turquoise where feedback is sought from industry; industry can provide feedback to other areas of this document as they determine. All questions and feedback to the STORMS DRAFT Task Order Section B, H, L, and M shall be submitted via email to the Procuring Contracting Officer John P. McLaughlin at john.mcluaghlin.35@spaceforce.mil and Program Manager Tommie W. Rogers at tommie.rogers.1@spaceforce.mil on or before close of business Wednesday, 16 August 2023. All submitted questions and feedback shall be non-proprietary; proprietary information will not be addressed or reviewed. If applicable, the Government will provide all question(s) and answer(s) on SAM.gov under FA2518STORMS3 before the official solicitation is issued.



RFP Release. The estimated RFP release date is being updated from "early September 2023" to "on or before Mid-September 2023."



Site Visit Request. The Date of 1 August 2023 to submit interest in attending one or both site visits has closed. No further requests shall be accepted.



No other information has been changed to the Industry Update.



-------------------------------------------------------------------------------------



27 July 2023 - Amendment 02: DRAFT RFP Release and SITE VISIT Update



The purpose of Amendment 02 to FA2518STORMS3 Industry Update is to inform all interested 8(a) parties the following:



DRAFT RFP Release. The Government estimate to release the DRAFT STORMS RFP at the end of July 2023 has changed to releasing DRAFT Section H - Special Contract Requirements, Section L - Instructions, Conditions, and Notices to Offerors or Respondents, and Section M - Evaluation Factors for Award on or before 4 August 2023 seeking industry feedback. This information will be provided through an amendment to this Industry Update.



The official solicitations is still estimated to be released early September 2023.



SITE VISIT Update. A scheduling conflict has arose for the site visit to be held at New Boston Space Force Stations on 8 August 2023. The site visit has now been rescheduled to 7 August 2023 and interested vendors must RSVP by 6PM MT on Tuesday, 1 August 2023 to receive the necessary instruction, information, and Visitation Access Request (VAR) forms for the site visits. If you have already submitted your interest to attend one or both site visits, the Government PM will provide in an email the appropriate instruction, information, and VAR to your organization.



The follwoing paragraph has been amended from the original posting:



The Government intends to hold the additional site visits listed below: Attendance for the site visits will be limited to two representatives per firm. All vendors, including potential teaming members, must have an active JCP Certification to attend.




  • 7 August 2023 at the 23rd Space Operations Squadron facilities located at New Boston Space Force Station

  • 10 August 2023 at the 21st Space Operations Squadron located at Vandenberg Space Force Base



Vendors shall follow 2.3 REQUIRED CAPABILITIES / SITE VISIT REQUEST shown below to RSVP and to receive a copy of the STORMS DRAFT IDIQ PWS.



No other information has been changed to the Industry Update.



-------------------------------------------------------------------------------------



18 July 2023 - Amendment 01: Update SAM.gov Posting



The purpose of Amendment 01 to FA2518STORMS3 Industry Update is to take the information contained in the attachment and put it in the description of this posting.



-------------------------------------------------------------------------------------



RELATED NOTICES: FA2518STORMS2 & FA2518STORMS1



INDUSTRY UPDATE ANNOUNCEMENT:



Space Operations Command (SpOC) / Space Acquisition and Integration Office (SAIO), previously SAM-D, is providing an Industry Update for the Satellite Control Network Tracking Station Operations, Remote Site, and Mission Partner Support (STORMS) requirement.



HISTORY:



5 May 2022, the Government issued a Sources Sought on SAM.gov under Notice ID FA2518STORMS1 seeking capable contractors to perform the STORMS requirement. The Sources Sought requested vendors submit a Technical Capabilities Statement (limited to no more than 20 pages) demonstrating their capabilities, capacity, and experience to meet the performance requirements by 23 May 2022, 1400 Mountain Time. The vendors were also instructed to identify any anticipated teaming arrangements or information regarding plans to use a joint venture. Additionally, the vendors were given the opportunity to submit a total of three (3) US Space Force (USSF) STORMS Sources Sought Experience Forms to identify any past or present performance for services similar to STORMS provided to the Government within the past five (5) years for market research consideration. In addition, the Sources Sought requested feedback concerning contract types, Contract Line Item Number (CLIN) structure, other suggestions to ensure this contract requirement / contents are best suited for these services, identification of any major issues (performance, schedule, cost(s)), and identification of existing contract vehicles the Government may consider satisfying this requirement. This notification was then amended[RS1] [MJPCUSS2] on 7 June 2022 to answer questions submitted from industry; the responses were added as an attachment to the posting.



11 July 2022, the Government then issued a Request for Information (RFI) to GSA OASIS Pool 1 – Unrestricted Contract Holders and Pool 1 – Small Business Contract Holders seeking capable contractors to perform the STORMS requirement. The RFI requested vendors submit a Technical Capabilities Statement (limited to no more than 20 pages) demonstrating their capabilities, capacity, and experience to meet the requirements. Additionally, the vendors were given the opportunity to submit a total of three (3) US Space Force (USSF) STORMS Sources Sought Experience Forms to identify any past or present performance for services similar to STORMS provided to the Government within the past five (5) years for market research consideration by 29 July 2022, 1400 Mountain Ti[RS3] [MJPCUSS4] me.[RS5] [MJPCUSS6] Vendors were advised that if their firm had already submitted a response to SAM.gov Sources Sought notice issued 5 May 2022, no response to the OASIS RFI was requested. The RFI also advised potential respondents that the Government reserved the right not to consider a response submitted by an OASIS IDIQ Pool 1 contract holder in response to the RFI if the same firm had already submitted a response to the SAM.gov Sources Sought.



5 January 2023, the Government issued a follow-up notice on SAM.gov under Notice ID FA2518STORMS2 that informed industry that STORMS will be competed using GSA OASIS Pool 1 8(a) Indefinite Delivery Indefinite Quantity (IDIQ) Contracts. Also, that all future STORMS acquisition information will be sent to GSA OASIS Pool 1 8(a) IDIQ prime contractors using GSA’s OASIS email delivery system. No further STORMS notices are planned for this SAM website before award of the STORMS Task Order (TO).



14-16 February 2023, the Government held an Industry Day. The conference included briefings from program management, contracting, and requirement owners. During the Industry Day, the Government made all interested parties aware of the acquisition strategy/solicitation of a 100% 8(a) Competitive set-aside under GSA OASIS 8(a) Pool 1. Multiple questions were submitted from interested/parties at the Industry Day.



14 March 2023, the Government held a site visit at the 21st Space Operations Squadron located at Vandenberg Space Force Base.



21 March 2023, the Government held a second site visit at the 23rd Space Operations Squadron facilities located at New Boston Space Force Station.



14 May 2023, the Government issued an email notice to GSA OASIS 8(a) Pool 1 of its determination to not pursue an award under this contracting vehicle and that the determined approach for STORMS will be solicited using FAR Part 15 and the Department of Defense (DoD) source selection procedures as a 100% 8(a) competitive set-aside Indefinite Delivery Indefinite Quantity (IDIQ) requirement under NAICS Code 517810 – All Other Telecommunications, Satellite Tracking Stations.



In addition to this notice, the Government noted that there were multiple questions submitted from interested parties/contractors from the STORMS Industry Day and that those questions shall be addressed under the new FAR Part 15 solicitation when its anticipated that more questions will be received.



INDUSTRY UPDATE:



18 July, 2023, the Government is issuing this Industry Update for current interested 8(a) contractors and to inform potential new 8(a) contractors of the upcoming competitive 8(a) set-aside for the STORMS IDIQ requirement to be issued on SAM.gov. In addition, this Industry Update provides instructions to obtain the STORMS DRAFT IDIQ Overarching Scope / Performance Work Statement (PWS) and the Initial Task Order Draft PWS as detailed below in Section 2.3 – Required Capabilities.



At this time, the Government is not seeking feedback from potential 8(a) contractors. However, at the end of July 2023 the Government estimates issuing a DRAFT Solicitation where feedback from capable 8(a) contractors will be sought for areas of improvement. The STORMS DRAFT Solicitation is anticipated to include:




  • IDIQ and Overarching Scope / PWS

  • Initial Task Order (TO) and PWS

  • Evaluation Factors in Section L and M

  • Other Applicable Attachments



The Government has determined that another Industry Day will not be held. The Government intends to hold the additional site visits listed below: Attendance for the site visits will be limited to two representatives per firm. All vendors, including potential teaming members, must have an active JCP Certification to attend.




  • 8 August 2023 at the 23rd Space Operations Squadron facilities located at New Boston Space Force Station

  • 10 August 2023 at the 21st Space Operations Squadron located at Vandenberg Space Force Base



8(a) contractors who intend to attend one (1) or both site visits, shall submit their interest per Section 2.3 – Required Capabilities listed below to the Procuring Contracting Officer (PCO) and Program Manager (PM).



The final STORMS solicitation is estimated to be released early September 2023.



CONTRACTING OFFICE ADDRESS:



SpOC SAIO/PKO and PMO (DoDAAC: FA2518)



210 Falcon Parkway, Suite 267



Schriever Space Force Base, CO 80912



1.0 DISCLAIMER



THIS INDUSTRY NOTICE IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL (RFP) , REQUEST FOR QUOTE (RFQ) OR AN INVITATION FOR BID (IFB). IN ACCORDANCE WITH FAR 15.201(e), THIS NOTICE DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. THE GOVERNMENT MAY USE THE INFORMATION OBTAINED FROM RESPONSES TO THIS NOTICE IN DETERMINING ITS FINAL ACQUISITION APPROACH OR TO MAKE ANY NECESSARY CHANGES TO THE REQUIREMENT. THE ISSUANCE OF THIS NOTICE DOES NOT RESTRICT THE GOVERNMENT ACQUISITION APPROACH.



2.0 INTRODUCTION



The objective of the Satellite Control Network Tracking Station Operations, Remote Site and Mission Partner Support (STORMS) IDIQ Contract is to provide operations, remote site and mission partner support, training and organizational maintenance for the Satellite Control Network (SCN). The mission of the SCN is to provide, through telemetry, tracking, commanding and payload (TTC&P), 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.



2.1 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) for travel and other direct costs (ODCs). FFP CLINs will include Operations and Maintenance (O&M), remote site and mission partner support, training, and organizational maintenance. Cost Reimbursement (CR) CLINs will include Government approved purchases for equipment, materials, supplies, labor surge(s), parts necessary for repairs that are not part of preventative maintenance, and Government approved travel. 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 is contemplated to 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.



The Government anticipates a single award of both the STORMS IDIQ and subsequent TOs. Award shall be made in accordance with the Evaluation factors evaluating the first TO only and not the IDIQ. Selection of the successful offeror to the first TO will be awarded the IDIQ.



2.2 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).



2.3 REQUIRED CAPABILITIES / SITE VISIT REQUEST



For the IDIQ, interested contractors shall be capable to perform all functions outlined in the STORMS IDIQ Overarching Scope / PWS and be able to meet the required evaluation criteria when released.



The STORMS IDIQ Overarching Scope/PWS and Initial Task Order Draft PWS are designated as Controlled Unclassified Information (CUI). To receive a copy of the DRAFT STORMS IDIQ Overarching Scope/PWS, Initial Task Order Draft PWS, and Evaluation Factors, interested and qualified 8(a) vendors shall have a good faith intent to submit a proposal once the final solicitation is issued, have an active Certification from the Defense Logistics Agency Joint Certification Program (DLA JCP) (https://www.dla.mil/Logistics-Operations/Services/JCP/), and provide a written email request to the STORMS PCO Mr. John P. McLaughlin at john.mclaughlin.35@spaceforce.mil and PM at tommie.rogers.1@spaceforce.mil.



The written email request shall include:



a. Business Name, Address, and Point of Contact (Name/Title)



- Business Cage Code and Unique Entity Identifier (UEI)



b. Provide documentation verifying 8(a) Business Size, graduation date, and JCP Certification



c. Inclusion of the following statement: “By submission of this request, this 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 CUI Draft STORMS IDIQ PWS and the Initial Task Order Draft PWS from unauthorized disclosure, will not post it onany publicly accessible web site or other location, will use it only for the purposes of responding to this notice and considering the potential for submitting a proposal in response to an RFP (if released by the Government), and will not provide it to any organization outside of the firm, except: to other potential contractors, with a verified DLA JCP Certification, interested in the possibility of a proposal and then by secure means for CUI only; or to other entities as provided by applicable law or regulation"



d. Request to Attend Site Visit(s)



If approved, the STORMS PCO or PM will issue the DRAFT STORMS IDIQ Overarching Scope/PWS and Initial Task Order Draft PWS via DoD SAFE (https://safe.apps.mil/) Drop Off. Note: Information shall only be released to certified 8(a) Small Business Concerns.



3.0 OMBUDSMAN – AFFARS 5352.201-9101 (OCT 2019)



(a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the interested party to another official who can resolve the concern.



(b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions).



(c) If resolution cannot be made by the contracting officer, the interested party may contact the ombudsman, AFICC/OL-SPC Director or Deputy Director of Contracting, 250 Peterson Blvd, Ste 315, Peterson SFB, CO 80914, (P) 719-304-4143 or 719-314- 6917, Workflow e-mail: afica.ks.wf@us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/SMC ombudsman level, may be brought by the interested party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (571) 256-2395, facsimile number (571) 256-2431.



(d) The ombudsman has no authority to render a decision that binds the agency.



(e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the contracting officer.



4.0 SUMMARY



This is an INDUSTRY UPDATE to identify potential 8(a) contractors that can provide the services described in the DRAFT STORMS IDIQ Overarching Scope/PWS and to provide notification of the upcoming site visits. The information provided in this announcement is subject to change and is not binding on the Government. The Department of Air Force has not made a commitment to procure any of the supplies/services discussed and release of this Industry Update and should not be construed as such a commitment or as authorization to incur cost for which reimbursement would be required or sought. All submissions become Government property and will not be returned.



Again, the Government is not seeking feedback to this Industry Update and interested contractors can submit feedback to the DRAFT Solicitation that is anticipated to be published on SAM.gov at the end of July 2023. The official solicitation is estimated to be released early September 2023. These dates are estimates only and subject to change.


Attachments/Links
Contact Information
Contracting Office Address
  • BLDG 350 CP 7195545592 135 DOVER STREET, STE 2041
  • PETERSON AFB , CO 80914-4184
  • USA
Primary Point of Contact
Secondary Point of Contact
History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >