Colorado Bids > Bid Detail

COMMAND & CONTROL SYSTEM - CONSOLIDATED (CCS-C) SUSTAINMENT & RESILIENCY (C-SAR)

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 17 - Aircraft Launching, Landing, and Ground Handling Equipment
Opps ID: NBD00159632348110882
Posted Date: Mar 23, 2023
Due Date: May 26, 2023
Solicitation No: FA8823
Source: https://sam.gov/opp/3cbb7c7490...
Follow
COMMAND & CONTROL SYSTEM - CONSOLIDATED (CCS-C) SUSTAINMENT & RESILIENCY (C-SAR)
Active
Contract Opportunity
Notice ID
FA8823
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE AIR FORCE
Major Command
AFSPC
Sub Command
SPACE AND MISSILE COMMAND
Sub Command 2
SPACE SYSTEMS2
Office
FA8823 SUSTAINMENT MCPNT SSC/PKL
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: Solicitation (Original)
  • All Dates/Times are: (UTC-06:00) MOUNTAIN STANDARD TIME, DENVER, USA
  • Original Published Date: Mar 23, 2023 07:39 am MDT
  • Original Date Offers Due: May 26, 2023 04:00 pm MDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Jun 10, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 1735 - SPACE VEHICLE HANDLING AND SERVICING EQUIPMENT
  • NAICS Code:
    • 541330 - Engineering Services
  • Place of Performance:
    Colorado Springs , CO 80914
    USA
Description

1. Agency/Office: United States Space Force/Space Systems Command



2. Contracting Office Location: SSC/PKL



1050 E. Stewart Avenue, Bldg 2025



Peterson Space Force Base, CO 80914-2902



United States





3. Type of Solicitation: Solicitation



4. Solicitation Number: FA8823-23-R-0001



5. Date Posted: 24 Mar 2023



6. Title: Command and Control System - Consolidated (CCS-C) Sustainment and Resiliency (C-SAR)



7. Classification Code: R – Professional, Administrative, and Management Support Services



8. NAICS Code: 541330 – Engineering Services



9. Is this a Recovery and Reinvestment Act Action? No



10. Response Date: 26 May 2023



11. Primary Point of Contact:



Name: Kimberly S. McGough



Title: Contracting Officer



Email: kimberly.mcgough@spaceforce.mil



Phone: (719) 556-2919



DSN: 834-2919





12. Secondary Point of Contact:



Name: Sean O’Hara



Title: Contract Specialist



Email: sean.ohara.6@spaceforce.mil



Phone: (719) 556-6224



DSN: 834-6224





13. Description:



The Space Systems Command Product Support Delta - Military Satellite Communications (MILSATCOM), located at Peterson Space Force Base (SFB), Colorado, is providing the Final Request For Proposal (RFP) to Industry.



The C-SAR contract will have a base ordering period of five years with an option ordering period of three years. Therefore, the total ordering period will be eight years, with the potential of 12 months performance from the last order placed. The potential overall period of performance would then be from 1 December 2023 through 29 November 2032.



This planned C-SAR effort will continue the work currently being performed under the CCS-C Production and Sustainment Contract (CPASC), which is scheduled to end 30 November 2023. The CPASC contractor is Kratos Technology & Training Solutions, Inc., 10680 Treena St., Floor 6, San Diego CA 92131-2487, Tel: 858.812.7304, www.kratosdefense.com



Specific contract requirements include, but are not limited to performance of the following:



SYSTEMS COVERED



The Government requires life cycle sustainment support for the CCS-C system, including upgrades to address Commercial off the Shelf (COTS) hardware and software obsolescence and modifications to extend the system to support new satellites and architecture upgrades. CCS-C capabilities include: activity planning; telemetry processing; commanding; orbit management; resource management; space vehicle and ground system simulation; satellite contact planning and execution; and interoperability with other dedicated MILSATCOM ground and payload control systems. Satellite platform and payload state-of-health operations enabled by CCS-C include: launch, early-orbit, on-orbit, anomaly resolution, and disposal operations. Space Force satellite systems supported include Milstar, Defense Satellite Communications System (DSCS) III, Wideband Global Satcom (WGS), Advanced Extremely High Frequency (AEHF), and future MILSATCOM satellite systems.



SERVICES REQUIRED OVERVIEW



The Contractor must demonstrate transparent and effective processes and capabilities to design, develop, test, install, and transition to operations hardware and software modifications with near-zero system regressions. The contractor will demonstrate a robust system deficiency (problem resolution) capability resulting in negligible CCS-C deficiency backlog and expeditious operator system complaint resolution. The contractor will report contract performance using the earned value management system and have approved business systems, including cost reporting, purchasing, and accounting systems for all development and production Contract Line Item Number (CLINs). A minimum Department of Defense (DoD) security clearance of Secret is mandatory for all personnel supporting this effort.



The C-SAR efforts include, but are not limited to:



- Systems Engineering, Integration and Test (SEIT) for all system modifications at Schriever SFB, Vandenberg SFB, and Petersen SFB



- Sustaining engineering and technical refresh of current COTS software/hardware



- Software and database/data file sustainment in partnership with 517th Software Engineering Squadron (SWES) at Hill Air Force Base (AFB), UT



- System hardware and interfaces sustainment



- Maintain hardware in partnership with Tobyhanna Army Depot (TYAD)



- Architectural/Software engineering enhancements to support Enterprise Ground Services (EGS) integration and onboarding



- Cybersecurity resiliency (including defensive cybersecurity)



- Operator technical data services



- System operations and sustainment support





SYSTEMS ENGINEERING INTEGRATION AND TEST (SEIT)



SEIT requires comprehensive CCS-C, DSCS, Milstar, WGS, AEHF external interface and System Engineering (SE) and system integration support, subsystem analysis and evaluation, and system security for mission execution. SEIT also requires a system of systems approach to the MILSATCOM enterprise as well as technical advisory support to external drivers including, but not limited to:



- WGS-11



- Evolved Strategic Satellite (ESS)



- Protected Tactical SATCOM (PTS)



- EGS



- Standard Space Trainer (SST)



- Cybersecurity initiatives





COTS SOFTWARE/HARDWARE SUSTAINING ENGINEERING AND TECHNICAL REFRESH



COTS technical refresh requires maintaining knowledge of the lifetime of all system components to ascertain when components will become obsolete and thus unsupportable by the vendors and providing periodic reports to the government to enable planning for corrective modifications. Purchase, integration, test and installation of replacement components for normal obsolescence will be included in Firm Fixed Price (FFP) core hardware/software sustainment task order. Other upgrades, not related to normal obsolescence, will be managed as a contract change (or task order) separate from the hardware/software sustainment effort.





SOFTWARE AND DATABASE SUSTAINMENT



System engineering, software sustainment and maintenance is required for all software, data file and database releases, to include system common and satellite-specific modifications. The Contractor must adhere to changing command, telemetry and orbital analysis interfaces between CCS-C and DSCS, Milstar, WGS and AEHF vehicles. The contractor must design, build, test, deliver and install software releases for CCS-C as well as provide procedure development, configuration management, and system administration. The contractor must demonstrate sufficient satellite knowledge to address development and maintenance of Mission Unique Software (MUS) to support the MILSATCOM constellations. Commercial software licenses are required to support CCS-C. In-depth knowledge of LINUX Operating System and Microsoft Windows is required. Also required is in-depth knowledge to facilitate integration and development of following COTS system products to include: EPOCH Client, EPOCH T&C Server, EPOCH DataBase, Task Automated Operations (TAO), Archive Browser and Extraction (ABE), and RT Logic Front End Processor Equipment. CCS-C 24 x 7 Support Desk is required to assist users and resolve system application problems for fielded systems.



The Contractor will maintain a Public-Private Partnership (PPP) to perform software and database sustainment. The PPP must include sustainment, system engineering, training, shared expertise and providing equipment. The Contractor must maintain the PPP with the 517th SWES at Hill AFB, UT. This will include approximately 10 government positions, and scope to cover all functional disciplines for ground software sustainment. The PPP work will be performed in the Contractor facility and the Product Support Facility (PSF), Peterson SFB, CO.



SYSTEM HARDWARE SUSTAINMENT.



The Contractor will provide initial spares and replacement parts to TYAD whenever hardware changes are made to the system. The Contractor must maintain and dispose of contractor-managed Government Furnished Property (GFP) and Contract Acquired Property (CAP). Disposal after hardware deinstallation will be through TYAD. The Contractor must be custodian of GFP and maintain an inventory system compatible with the Defense Property Accountability System (DPAS).



CYBERSECURITY RESILIENCY (INCLUDING DEFENSIVE CYBERSECURITY)



Apply detailed knowledge of CCS-C architecture and systems to provide defensive cyber capabilities with a focus on identifying weaknesses and countering cyber-related threats identified by the government. The Contractor must use Government mandated solution sets to enhance existing capabilities, tactics, techniques, and procedures, as well as recommend enterprise changes to enable counter-capabilities.



TECHNICAL DATA SERVICES



Technical data services support compliance with the United States Air Force Technical Order System. The Contractor must support maintenance updates at least quarterly due to software changes, urgent Technical Order (TO) submissions, Time Compliance Technical Order (TCTO) submissions and procedural changes to TOs. Technical data services support CCS-C operators and system maintainers.



SYSTEM OPERATIONS AND SUSTAINMENT SUPPORT





Technical Advisors must provide on-site system (hardware/software/database) technical and operational engineering support, which includes responding to system deficiency emergencies and providing continuous direct real-time operational support for critical operations, such as satellite launch, prelaunch readiness activities and anomaly resolution.



INSTRUCTIONS



Interested vendors are invited to request the Bidders Library documents for purposes of preparing a proposal for the C-SAR effort. Interested vendors should request the Bidders Library documents via e-mail request to Kimberly McGough at kimberly.mcgough@spaeforce.mil and Rhett Gasaway at rhett.gasaway.2@spaceforce.mil. In the Bidders Library document request, provide the POC name and physical address of the location for the DVD delivery of the documents.



Oral communications are not acceptable.



Information herein is based on the best information available at the time of publication, is subject to revision, and is not binding on the Government. The Government will not reimburse any cost associated with the request for the Bidders Library documents.



In compliance with AFFARS 5352.201-9101, an Ombudsman has been appointed to address concerns from offerors or potential offerors. The Ombudsman does not diminish the authority of the program director or contracting officer, but communicates contractor concerns, issues, disagreements, and recommendations to the appropriate Government personnel. When requested, the Ombudsman shall maintain strict confidentiality as to the source of concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process.



Ombudsman:



Name: Brian V. Ucciardi



Email: brian.ucciardi.1@spaceforce.mil



Phone: (310) 653-1785





14. Place of Contract Performance:



The primary places of contract performance are Schriever SFB, CO; Peterson SFB, CO; and Vandenberg SFB, CA.



15. Set Aside: N/A



16. Archiving Policy: Automatic, 15 days after the response date



17. Allow Vendors to Add/Remove from Interested Vendors? Yes



18. Allow Vendors to View Interested Vendors List? No



19. Attachments: Model Contract And Order With Attachments


Attachments/Links
Contact Information
Contracting Office Address
  • CP 310 653 1748 1050 E STEWART AVE
  • PETERSON AFB , CO 80914-2900
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Mar 23, 2023 07:39 am MDTSolicitation (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 >