Colorado Bids > Bid Detail

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

Agency:
Level of Government: Federal
Category:
  • D - Automatic Data Processing and Telecommunication Services
Opps ID: NBD00159813214813997
Posted Date: Nov 16, 2023
Due Date: Dec 4, 2023
Source: https://sam.gov/opp/5b4a2fb1e3...
Follow
Satellite Control Network Tracking Station Operations, Remote Site, and Mission Partner Support (STORMS)
Active
Contract Opportunity
Notice ID
FA2518-24-R-0001
Related Notice
FA2518STORMS3
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE AIR FORCE
Major Command
AIR FORCE SPACE COMMAND
Office
FA2518 USSF SPOC/SAIO
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information View Changes
  • Contract Opportunity Type: Solicitation (Updated)
  • All Dates/Times are: (UTC-07:00) MOUNTAIN STANDARD TIME, DENVER, USA
  • Updated Published Date: Nov 16, 2023 10:20 am MST
  • Original Published Date: Oct 24, 2023 04:10 pm MDT
  • Updated Date Offers Due: Dec 04, 2023 01:00 pm MST
  • Original Date Offers Due: Nov 27, 2023 01:00 pm MST
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Dec 19, 2023
  • Original Inactive Date: Dec 12, 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

AMENDMENT 02:



** Proposal Due Date has not changed and are due on or before Monday, 4 December 2023 at 1300 / 1 PM MT. **



The Satellite Control Network Tracking Station Operations, Remote Site and Mission Partner Support (STORMS) requirements at the Telemetry and Commanding Station (TCS), “LION”, 23 SOPS/OL-A, United Kingdom (UK) Ministry of Defense (MOD) Oakhanger, Hampshire UK where work is being performed by local nationals and that is to abide by the applicable Transfer of Undertakings (Protection of Employment) (TUPE) regulations. The Government has not been able to obtain and provide to all Offerors the Collective Bargaining Agreement (CBA), Service Contract Act (SCA) Wage Determination(s) (WDs), or UK equivalent labor / rate agreements for the work to be performed at TCS / LION. Therefore, the Government has determined to remove the TCS / LION site from technical evaluation.



An Offeror selected for award shall be required to abide by the Solicitation Section H TUPE Provision and Clause requirements by providing the UK labor / rate agreement and a staffing plan to the Government to negotiate a future bilateral modification for TCS / LION before phase-in is complete. An Offeror also agrees that if required, they will provide any additional documentation relating to this requirement that is not listed.



The purpose of Amendment 02 placed against FA2518-24-R-0001 is to make the following changes/updates:



a. Remove the STORMS requirement at TCS / LION from technical evaluation and make the following changes:




  1. Update Section H provision Transfer of Undertakings (Protection of Employment) (TUPE) paragraphs (c) and (e).

  2. Update Amend 02 – Attachment Twelve (12) – CUI STORMS Task Order Section L – Instructions Conditions and Notices to Offerors, Phase II, Volume II, Subfactor Three (3) – Organizational Structure and Staffing at all SCN Locations to now exclude TTS, DGS, and TCS / LIOIN.

  3. Update Amend 02 – Attachment Thirteen (13) – CUI STORMS Task Order Section M – Evaluation Factors for Award, Phase II, Volume II, Subfactor Three (3) – Organizational Structure and Staffing at all SCN Locations to now exclude TTS, DGS, and TCS / LIOIN.

  4. Update Amend 02 – Attachment Fourteen (14) – CUI STORMS Staffing for SCN Locations by removing the TCS / LION page/tab.



b. Based on questions received and posted in Amendment 01 to the Solicitation, the Government inadvertently did not provide updated Amend 01 - Attachment Four (4) - CUI STORMS Mgt. Experience Form and Amend 01 – Attachment Five (5) – CUI STORMS Tracking Station Experience Form to add one additional page to each. The Government is now providing both Amend 02 Attachments (Attachment Four (4) with NTE five (5) pages and Attachment Five (5) with NTE eight (8) pages). NOTE: Due to this error, there is no Amend 01 – Attachment Four (4) or Five (5); only Amend 02 that provides the additional pages.



c. Update Section J – List of Attachments to reflect the updated Attachments as described above.



d. All other Terms and Conditions shall remain the same and unchanged at this time. Questions will no longer be accepted regarding this solicitation.



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



AMENDMENT 01:



SpOC SAIO is releasing Amendment 0001 placed against the STORMS Solicitation FA2518-24-R-0001. The purpose of Amendment 0001 is to make the following changes/updates:



a. Extend the proposal due date by one (1) week from 27 November 2023 to 4 December 2023 by 1300 / 1:00PM MT.



b. Updates for Telemetry and Commanding Station (TCS), “LION”, 23 SOPS/OL-A, United Kingdom (UK) Ministry of Defense (MOD) Oakhanger, Hampshire UK per the following:



1. Section H updated with Transfer of Undertakings (Protection of Employment) (TUPE) solicitation provision and contract clause.



2. Updated Amend 01 – Attachment One (1) – CUI STORMS IDIQ PWS and Attachment Two (2) – CUI STORMS Task Order PWS to be releasable to foreign contractors; See Page 1 in addition to other administrative updates.



3. Updated Amend 01 - Attachment Seven (7) – CUI Task Order CLIN Schedule Worksheet Firm-Fixed-Price (FFP) totals for TCS/LION.



4. Releasable documentation to UK Contractors can be found in the Amend 01 – Question and Answer, question number four (4) and fifteen (15).



c. Based on Questions and Answers received to the solicitation, the following updates/changes to attachments in Section J have been made:



1. Amend 01 – Attachment One (1) – CUI STORMS IDIQ PWS



2. Amend 01 – Attachment Two (2) – CUI STORMS Task Order PWS



3. Amend 01 – Attachment Six (6) – CUI Task Order Mission Essential Services by PWS Paragraph



4. Amend 01 – Attachment Seven (7) – CUI Task Order CLIN Schedule Worksheet



5. Amend 01 – Attachment Twelve (12) – CUI STORMS Task Order Section L – Instructions Conditions and Notices to Offerors



6. Amend 01 – Attachment Thirteen (13) – CUI STORMS Task Order Section M – Evaluation Factors for Award



7. Amend 01 – Attachment Fourteen (14) – CUI STORMS Staffing for SCN Locations



d. Provide additional documents within the Bidder’s Library.



e. Provide Amend 01 – STORMS Solicitation Question and Answer in Excel.



f. The Government contract writing system, CONIT, included the following clauses in Amendment 01 that were in the original Solicitation but were not altered. This is a known CONIT issue and its requested of Offerors to disregard these duplicative clauses in Section I as they have not changed:



1. 52.248-1



2. 252.229-7006



3. 5352.209-9001



4. 5352.201-9101



5. 5352.204-9000



6. 5352.209-9000



7. 5352.223-9000



8. 5352.223-9001



9. 5352.242-9000



10. 5352.242-9001



g. All other Terms and Conditions shall remain the same and unchanged at this time. Questions will no longer be accepted regarding this solicitation.



NOTE: If an Offeror has already requested and gained access to the Solicitation Bidder's Library by providing the requested documentation in Attachment Three (3), the Offeror will need to complete a second Explicit Access Request to receive access to the documentation provided in Amendment 0001; or view the documents through the PIEE Solicitation Module.



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



SOLICITATION / REQUEST FOR PROPOSAL:



Space Operations Command (SpOC) Space Acquisition and Integration Office (SAIO) at Schriever Space Force Base, Colorado is releasing this solicitation / Request for Proposal (RFP) as a competitive 8(a) set-aside Indefinite Delivery Indefinite Quantity (IDIQ) contract and first Task Order for the Satellite Control Network Tracking Station Operations, Remote Site, and Mission Partner Support (STORMS).





1.0 DISCLAIMER



PRESENTLY FUNDS ARE NOT AVAILABLE FOR THIS EFFORT. NO AWARD WILL BE MADE UNDER THIS SOLICITATION UNTIL FUNDS ARE AVAILABLE. THE GOVERNMENT RESERVES THE RIGHT TO CANCEL THIS SOLICITATION, ETIHER BEFORE OR AFTER THE CLOSING DATE. IN THE EVENT THE GOVERNMENT CANCELS THIS SOLICITATION, THE GOVERNMENT HAS NO OBLIGATION TO REIMBURSE AN OFFERROR FOR ANY COSTS.



2.0 INTRODUCTION



The objective of the STORMS IDIQ Contract is to provide Operations and Organizational-Level Maintenance (O&OM), Remote Site Support (RSS), Mission Partner (MP) and other Department of Defense (DoD) Site Support for the Satellite Control Network (SCN). The mission of the SCN is to provide, through Telemetry, Tracking and Commanding and Payload (TT&CP), 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.



3.0 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). FFP CLINs will include O&OM, RSS, MP and other DoD Site Support. Cost Reimbursement (CR) CLINs will include Government approved travel, labor surge(s), local purchases, and other direct costs. 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 shall 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.



Contemplated award of the IDIQ and Task Order is on or before 18 March 2024.



3.1 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).



3.2 QUESTION(S) AND PROPOSAL SUBMISSION DATES



QUESTIONS: All questions concerning this solicitation must be non-proprietary and submitted to the PCO via email no later than 1:00 p.m. MT, 06 November 2023. The Government will provide all question(s) and answer(s) on https://sam.gov/content/home. Questions will not be accepted after this date.



PROPOSAL SUBMISSION: Offerors shall submit one (1) complete proposal for the Satellite Control Network Tracking Station Operations, Remote Site and Mission Partner Support (STORMS) program in accordance L-8 via PIEE (https://piee.eb.mil/). Proposals shall be received by the PCO no later than 01:00 PM Mountain Time (MT) on 27 November 2023. Offerors are cautioned to strictly comply with all instructions within this solicitation to ensure submission of a complete proposal. Failure to furnish a complete proposal at the time of proposal submission may result in an unacceptable proposal the Government eliminates from consideration for award. The Government will not accept any changes to offerors’ proposals after the closing date of this solicitation in accordance with FAR 15.208.



3.3 REVISIONS AND AMENDMENTS



The Government reserves the right to revise or amend the requirements or the solicitation at any time. Such revisions or amendments will be communicated by formal amendment to this solicitation. If such amendment requires material changes in quantities or costs, the proposal closing date may be postponed enabling offerors to revise their proposals. In such cases, the amendment will include an announcement of the new proposal closing date and time.



3.4 ACCESS TO SOLICITAITON CONTROLLED UNCLASSIFIED INFORMATION (CUI) ATTACHMENTS AND THE BIDDER’S LIBRARY



NOTE: CUI, CONTROLLED, AND OTHER SENSITIVE DOCUMENTS WILL ONLY BE RELEASED TO APPROVED 8(a) COMPANIES UNDER THE NAICS CODE LISTED ABOVE AND APPROVED PARTNERING/TEAMING/SUBCONTRACTING OFFERORS WORKING WITH AN 8(a).



The STORMS IDIQ Overarching Scope/PWS, Initial Task Order PWS, Associated Attachments, and Bidder’s Library documentation are designated as CUI, Controlled Technical Data, and other sensitive documents. To receive a copy of these documents, interested and JCP Certified 8(a) vendors shall have a good faith intent to submit a proposal to this solicitation / RFP proposal due date and complete the requested steps as defined in Attachment Three (3) – Bidder’s Library Instructions.



Once SpOC SAIO receives both your current JCP Status, DD2345, and Explicit Access Request, the information will be validated and if found to have an “Active” JCP and DD2345, your company will be approved to access the secured documents as well.



By accessing the Bidder's Library, our 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 information from unauthorized disclosure, will not post it on any publicly accessible web site or other location, will use it only for the purposes of submitting a potential proposal in response to this RFP and will not provide it to any organization outside of our firm, except: to other potential contractors, with a DLA JCP Certification that shall be verified by SAIO. Upon approval, information can be provided to potential partnering/teaming/subcontracting parties and be disseminated via a secure means for CUI only as provided by applicable law or regulation.



If an approved 8(a) Vendor / Offeror determines to team/partner/subcontract with a foreign contractor, that 8(a) company must submit the necessary documentation to the STORMS Procuring Contracting Officer and Program Manager showing the foreign contractor has the appropriate United States Clearance to receive such documentation. This can include but not limited to a specific licensing from the US Department of State (ITAR) and the US Department of Commerce, appropriate approval from a Government Foreign Disclosure Office, etc. The restricted documentation cannot be released to a foreign teaming/partner/subcontractor without the appropriate approval first from the Government.



4.0 CONTRACTING OFFICE ADDRESS AND POINT OF CONTACTS:



SpOC SAIO/PKO and PMO (DoDAAC: FA2518)



210 Falcon Parkway, Suite 267



Schriever Space Force Base, CO 80912





Procuring Contracting Officer for SpOC SAIO/PKO:



John P. McLaughlin



john.mclaughlin.35@spaceforce.mil





Program Manager for SpOC SAIO/PMO:



Tommie W. Rogers



tommie.rogers.1@spaceforce.mil





Alternate Points of Contact:



SpOC SAIO/PKO Chief, Space and Cyber Operations Division (Contracting)



Danny L. Cowell



daniel.cowell@spaceforce.mil





SpOC SAIO/PMO Chief, Space and Cyber Operations Division (Program Management)



Nancy E. Anderson



nancy.anderson.2@spaceforce.mil


Attachments/Links
Contact Information View Changes
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 >