Colorado Bids > Bid Detail

Headquarters (HQ) Space Operations Command (SpOC) Deputy Commanding General for Transformation (DCG-T) Advanced Battle Management Systems (ABMS) Digital Transformation (DT)

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • R - Professional, Administrative and Management Support Services
Opps ID: NBD00159330134550580
Posted Date: Dec 6, 2022
Due Date: Jan 17, 2023
Solicitation No: FA251823R0004
Source: https://sam.gov/opp/5ec5c6da0d...
Follow
Headquarters (HQ) Space Operations Command (SpOC) Deputy Commanding General for Transformation (DCG-T) Advanced Battle Management Systems (ABMS) Digital Transformation (DT)
Active
Contract Opportunity
Notice ID
FA251823R0004
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE AIR FORCE
Major Command
AFSPC
Office
FA2518 USSF SPOC SAM-D CONTRACTING
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-07:00) MOUNTAIN STANDARD TIME, DENVER, USA
  • Original Published Date: Dec 06, 2022 11:35 am MST
  • Original Response Date: Jan 17, 2023 04:30 pm MST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: R405 - SUPPORT- PROFESSIONAL: OPERATIONS RESEARCH/QUANTITATIVE ANALYSIS
  • NAICS Code:
    • 541611 - Administrative Management and General Management Consulting Services
  • Place of Performance:
    Colorado Springs , CO 80914
    USA
Description

Private Industry,



This Request for Information (RFI) and Sources Sought (SS) for Headquarters (HQ) Space Operations Command (SpOC) Deputy Commanding General for Transformation (DCG-T) Advanced Battle Management Systems (ABMS) Digital Transformation (DT) is issued by the United States Space Force, Space Acquisition and Integration Office (SAIO). This is not a Request for Proposal (RFP). No contract award will be made on the basis of any response(s) to this notice.



PURPOSE: The purpose of this notice is to conduct market research for an unrefined agency requirement and seek industry comments in response to the Draft Performance Work Statement (PWS) attached to better shape the requirement and the acquisition strategy. The results of this RFI/SS will be used as an effort to further define the requirement, obtain competition, identify qualified potential sources, and promote fair opportunity to the maximum extent practicable in accordance with (IAW) FAR 5.002 and FAR 16.505(b)(1)(i), FAR Part 19, FAR Part 10, FAR Part 6, FAR Part 5, and the Competition in Contracting Act (CICA), 41 U.S.C. 253.



SMALL BUSINESS SET-ASIDE: The contracting officer will use the responses received from this notice to determine if a small business set-aside is appropriate through beta.sam.gov, an indefinite-delivery/indefinite-quantity (IDIQ) government-wide contract vehicle (i.e., GSA OASIS, GSA HCaTS), or in another medium. The Contracting Officer must determine if there is a reasonable expectation of obtaining offers from two or more responsible small business concerns that are competitive in terms of market prices, quality, and delivery IAW FAR 19.502-2(b) and FAR 19.203 or an ability to meet 19.800(b) and FAR 19.800(d) as a competitive or sole source under the Small Business Administration’s 8(a) Business Development Program. When responding as a small business, please also include any capabilities that will be performed through teaming arrangements (i.e., subcontracting and/or joint ventures).



PARTIAL SMALL BUSINESS SET ASIDE: The contracting officer will use the responses received from this notice to determine if a small business partial set-aside is appropriate IAW FAR 19.502-3(a)(1)



UNRESTRICTED COMPETITION: Contracting officer shall provide for full and open competition/fair opportunity through use of the competitive procedure(s) that are best suited to the circumstances of the contract action and consistent with the need to fulfill the Government's requirements efficiently IAW FAR 6.101(b) and FAR 16.505(b). The contracting officer will use the responses received from this notice to determine if it is appropriate to either solicit as a small business set-aside or an unrestricted competition through beta.sam.gov or an indefinite-delivery/indefinite-quantity (IDIQ) government wide contract vehicle (i.e., GSA OASIS, GSA HCaTS).



PROCUREMENT HISTORY FOR SIMILAR SERVICES:



Company: Sawdey Solution Services Inc; CAGE Code: 1TWX6; Size Status: Small Business; PIID: GS00Q14OADS138 Task Order FA251718F9015; NAICS Code: 541990; Contract Type: FFP; PoP: 8/1/2018 – 7/31/2023; Total contract value. $10,925,530.62



DESCRIPTION OF SERVICES:



The Contractor shall track, advise, assist, integrate and provide a range of tradespace exploration and decision support activities for various HQ SpOC and USSF digital transformation programs, projects and initiatives related to the development of an operational and tactical-level command and control architecture, to include the DoD’s Joint All-Domain Command and Control (JADC2) and the Department and the Air Force’s (DAF’s) Advanced Battle Management Systems (ABMS) efforts, and provide recommendations for integration and experimentation with operational-/strategic-level command and control structures to help inform acquisition and warfighting trade decisions and enhance the DAF’s decision speed and quality.



PRIMARY PERFORMANCE LOCATIONS:



Colorado Springs/Peterson SFB, CO, 80914



ANTICIPATED NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS):



Current expectation is 541611 - Administrative Management and General Management Consulting Services



ANTICIPATED PRODUCT OR SERVICE CODE (PSC):



Current expectation is R405 – Support – Professional: Operations Research/Quantitative Analysis



ANTICIPATED PERIOD OF PERFORMANCE/CONTRACT TYPE: The anticipated contract will be a majority firm-fixed-price contract towards labor. Period of Performance: one (1) 12-month base period (includes 1 month phase-in) and four (4) 12-month option periods (last month includes phase-out). Clause 52.217-8, Option to Extend Services, will be included as well.



ANTICIPATED CONTRACT AWARD DATE: 26 May 2023



ANTICIPATED CONTRACT START DATE: 1 August 2023



INFORMATION REQUESTED: At a minimum, the interested company should provide complete/sufficient responses to questions below. The Contracting Officer may deem incomplete/insufficient responses received from an interested company as a not capable company.



1. Company name, address, CAGE, DUNS, and point of contact to include telephone number and email address of your company.



2. Specify your business type (large business, small business, small-disadvantaged business, 8(a) certified small-disadvantaged business, HUBZone small business, woman-owned small business, veteran-owned small business, service-disabled, and veteran-owned small business based upon NAICS code 541611 with a size standard of $21.5M. Specify all that apply.



3. Provide any additional NAICS code and/or SBIRs/ FSS/ GSA OASIS POOL/ Other GWAC with justification that you would recommend as being more applicable. Responses may be used to develop and/or determine which NAICS and possibly GWAC to be used and if small business prime and subcontracting opportunities exist for this requirement.



4. Performance Work Statement (PWS) Review: The government requests that prospective companies review the PWS attachment and offer comments or suggestions, with specific references to the attachments (section, paragraph number, page number). Any changes to the Draft PWS will be at the discretion of the Contracting Officer.



5. Please identify which if any areas of the PWS you will utilize teaming partners and/or subcontractors to accomplish.



6. Capabilities. Please use the attached matrix (“HQ SpOC DCG-T ABMS DT Capability Matrix") to identify your capabilities to meet the needs described. Provide information regarding your ability to meet the high-level needs. If possible, provide your company's recent (within 5 years from date of this notice) and what relevant capabilities used to successfully perform the requirement. Relevancy includes the number of Full-Time-Equivalents (FTEs), contract value, and period of performance for the effort(s). You may include any government contracts (Federal, State, or local) and if possible private industry contracts you have been awarded for this type of requirement. Identify if your company was the prime contractor or a subcontractor for these contracts.



7. Questions. Please answer the following questions:



a) Include if you have the interest and expectation to propose for the requirement in the future.



b) Commerciality: Address if the requirement is commercial or non-commercial service. Please provide a supporting contract that was previously listed as commercial or non-commercial.



c) Telecommuting: IAW FAR 7.108, Additional Requirements for Telecommuting, describe the availability to telecommute in areas of performance in the PWS with talking towards security requirements, possible benefits, and possible issues allowing during performance of the requirement.



d) Government Furnished Property: Address any equipment expected to be provided by the government towards the performance of the requirement.



e) Contract Type: For the work described, what contract type (i.e., FFP, CPFF) would be most beneficial and why? What would be the best payment structure?



f) Executive, Administrative, Professional, Computer and Outside Sales Employees: For the work prescribed in the PWS, would any be considered “executive, administrative, professional, computer and outside sales employees” in accordance with 29 CFR 541? If so, which category, which PWS Section, and why?



g) Approved Accounting System: Please notify us if you have an approved accounting system allowing cost reimbursement type contracts.



h) Approved Purchasing System: Please notify us if you have an approved purchasing system allowing subcontract cost reimbursement type contracts.



i) Severability: Address if the requirement is a severable or non-severable service. Please provide a supporting contract that was previously listed as severable or non-severable.



j) Nondevelopmental: Address if there are requirements that are developmental or non-developmental items needed as part of the PWS. Please provide a supporting contract that was previously listed as developmental or non-developmental.



k) Facility Clearances: please provide your facility clearance level.



l) Security Clearances: What level of security clearances have you supported in the past? What number of clearances have you supported? Would you be able to support on day one of contract performance?



m) Supplier Performance Risk System (SPRS): Do you have Basic NIST SP 800- 171 Assessment in SPRS accomplished following clause 252.204-7020, NIST SP 800-171 DoD Assessment Requirements?



n) Would you need a transition period? If yes, how long? e.g.: 15 days / 30 days.



o) Proposal Timeline: State if your company can provide a proposal within 14 days of solicitation or requires at least 30 days. If you request longer than 30 days, what proposal time length would you request?



p) What should be the no later than date for your company to provide the monthly status report? e.g.: 5 days / 10 days after the end of the performance month.



q) Towards PWS Section 3.0, what would be the appropriate Information Assurance labor category or categories (Technical or Management) and expertise level (I, II, or III) as aligned to DoD 8570.01-M, Information Assurance Workforce Improvement Program, to meet DoD 8570.01-M, paragraphs C3.2.4.8.1 and C4.2.3.7.1, requiring contracts specify contractor training and certification requirements and what subsections would they be reflected towards?



The Contracting Officer will review and consider all responses and/or questions received. However, it is at the Contracting Officer’s discretion to provide or not provide a written and/or verbal response to any questions received.



RESPONSES: All submissions for this notice shall be submitted via email to patrick.heppard@us.af.mil. Submissions shall reference the proper subject – “RFI/SS Response for HQ SpOC DCG-T ABMS DT” with company name. Please, provide clear, concise, and complete answers via e-mail NO LATER THAN 4:30 pm MST on 17 January 2023.


Attachments/Links
Attachments
Document File Size Access Updated Date
HQ SpOC DCG-T ABMS DT PWS 26Oct2022.pdf (opens in new window)
996 KB
Public
Dec 06, 2022
HQ SpOC DCG-T ABMS DT Capability Matrix.xlsx (opens in new window)
23 KB
Public
Dec 06, 2022
file uploads

Contact Information
Contracting Office Address
  • CP 719 554 5592 150 VANDENBERG ST STE 1500 BLDG 1
  • PETERSON AFB , CO 80914-4184
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Dec 06, 2022 11:35 am MSTSources Sought (Original)

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 >