Colorado Bids > Bid Detail

Data Transport Product Support Sustainment Logistics Maintenance (DSLM)

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • D - Automatic Data Processing and Telecommunication Services
  • R - Professional, Administrative and Management Support Services
Opps ID: NBD00159910602833986
Posted Date: Jan 9, 2023
Due Date: Jan 23, 2023
Solicitation No: FA8823-23-R-9999
Source: https://sam.gov/opp/13415f24a8...
Follow
Data Transport Product Support Sustainment Logistics Maintenance (DSLM)
Active
Contract Opportunity
Notice ID
FA8823-23-R-9999
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 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: Sources Sought (Original)
  • All Dates/Times are: (UTC-07:00) MOUNTAIN STANDARD TIME, DENVER, USA
  • Original Published Date: Jan 08, 2023 07:43 pm MST
  • Original Response Date: Jan 23, 2023 04:00 pm MST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
    • 541330 - Engineering Services
  • Place of Performance:
    Colorado Springs , CO 80914
    USA
Description

This Sources Sought notice is for the Government to determine interested offerors to compete for the acquisition of the Data Transport Product Support Sustainment Logistics Maintenance (DSLM) opportunity. The Government intends to award a competitive action and is contemplating a Cost Plus Award Fee contract type.



The Space Systems Command (SSC) intends to award the DSLM contract as early as September 2023 and as late as November 2023 with a base period and seven one-year options, with a possible six month extension of services[DJTN0USS1] [K2] .



The DSLM contract provides for sustainment, maintenance, logistics, facilities and security support. The contract locations potentially include: Schriever Space Force Base, CO; Vandenberg Air Force Base, CA; Diego Garcia, British Indian Ocean Territory; Guam Tracking Station, Guam; Hawaii Tracking Station, HI; New Boston Air Force Station, NH; Eastern Vehicle Checkout Facility, FL; Thule Air Base, Greenland; Oakhanger, Hampshire, United Kingdom; Automated Test Bed, Colorado Springs, CO.



It also provides for coordination with various depots in support of Level 2 hardware and software maintenance responsibilities. The depot is Ogden Air Logistics Center (OO-ALC), Hill Air Force Base (HAFB), UT.



These requirements are currently accomplished on contract FA8823-16-C-0004 which ends on 21 November 2023 which could be extended via the six-month extension of services clause through 21 May 2023.



The following are basic DSLM tasks:



NOTE: the detailed requirements of this solicitation will be released in a Performance Work Statement (PWS) as part of the draft Request for Proposal (RFP).



Depot Maintenance:



1) The Contractor shall perform on-site DLM and sustainment for hardware and software IAW TO 00-20-1, TO 00-25-234 and TO 00-25-108, Section II, paragraph 2-4 and 2-5 to meet the requirements of the using organization documented on a Data Accession List (DAL).



The Contractor shall perform fault and failure analysis to any issues encountered during DLM and document resulting corrective actions in Maintenance Information System (MIS). The Contractor shall adhere to all site-specific safety, environmental and security procedures and regulations while performing maintenance. The Contractor shall initiate requests, coordinate, support and provide status of all depot maintenance activities IAW USSFI 21-108 Delta 6 Supplement and any applicable supplement. Upon completion of depot maintenance, the Contractor shall review all work completed in MIS and forward the AFTO Form 217 to the appropriate unit maintenance organization representative.



The Government may require the Contractor to collect additional samples during the depot maintenance activities for the purpose of Government’s predictive maintenance analysis. The Contractor shall use best industry practices in packaging these samples to preclude contamination of contents.



On-site DLM consists of:



a. Programmed Depot Maintenance (PDM)



b. Emergency Depot Level Maintenance (EDLM)



c. Urgent Depot Level Maintenance (UDLM)



d. Maintenance Assist



In addition, depot maintenance includes any tasks normally performed as organizational maintenance, if required to return the system to a fully operational condition as part of a depot repair action.



The Contractor shall perform Programmed Depot Maintenance (PDM) DM IAW TO 00-25-108, Section II, paragraph 2-4 & 2-5 annually and as defined by AFSPCI 21-108 on network hardware and software at each location. The Contractor shall utilize the PDM Plans in Appendix XXX and implement the Government approved PDM Plan and PDM Schedule that outlines maintenance activities, timelines and processes. The Contractor shall recommend improvements to the PDM Plans and processes and be responsible for adjusting the PDM Schedule to prevent conflicts with operational schedules. The Contractor shall maintain, provide recommendations for improvements and implement the Government approved Corrosion Control Plan and implement approved remediation throughout the task order.



The Contractor shall maintain a retainer subcontract that provides electrical and heating, ventilation and air conditioning (HVAC) at the journeyman skill level to specifically assist with associated known PDM discrepancies and needed site repairs. The journeyman must be available, cleared and approved to travel to all sites and support applicable EDLMs and UDLMs per the requirements within this PWS.



The Contractor shall work with the Government to include Discrepancies that need fixed as part of the PDM. The Contractor shall collaborate with the site personnel to troubleshoot and resolve discrepancies.



The Contractor shall schedule and hold a PDM After-Action Review (AAR) following each site PDM with the Government Logistics, Engineering and Program Control POCs to include findings requiring remediation, findings remediated on-the spot, watch items and recommended PDM process improvements.



Sustaining Support:



1) The Contractor shall develop a robust Systems Sustainment Engineering (SSE) program which focuses on implementing industry standard Systems Engineering processes and providing proactive communications with the Government, Stakeholders and Government support contractor(s).



The Contractor shall implement, document and maintain a disciplined Systems Engineering (SE) process to support the design, documentation, integration, installation & checkout, test and evaluation and lifecycle support of network systems and products, IAW AFI 63-101/20-101, Chapter 5, AFI 63-131 AFSPCSUP, EIA-649-1A, MIL-HDBK-61B, AFI 99-103, AFSPC Instruction (AFSPCI) AFSPCI 99-103 and SMC-S-012.



The Contractor shall perform configuration control, configuration status accounting, configuration verification and audit and configuration identification for the network mission system baseline IAW SMC-S-002 and IAW EIA-649-1A (as tailored), GEIA-HB-649A, and guidelines in MIL-HDBK-61B.



The Contractor shall establish and document a Reliability, Maintainability, Availability (RMA) program IAW AFPAM 63-128 and the RMA Guide Process to measure and report current network RMA performance. The Contractor shall provide a monthly RMA Metrics report to include but not limited to the following system level metrics:




  1. Operational Availability (Ao)

  2. Operational Dependability (Do)

  3. Mean Time Between Critical Failures (MTBCF)

  4. Mean Time to Restore Function (MTTRF)

  5. Mission Reliability (MR)



The contractor shall research, analyze and report on part obsolescence (availability & supportability) and Obsolescence, Diminishing Manufacturing Sources and Material Shortages (DMSMS) (loss or impending loss of manufacturers or suppliers) for network baseline parts. The contractor shall resolve all DMSMS or obsolescence issues through standard depot maintenance practices.



Additional Requirements:



1) The Contractor shall provide Continuing System Improvements Modifications. All network modification projects will be bid in response to an individual RFP/RFQ, or as a Work Order defining scope, timeline and resource estimate. The Contractor shall provide all services and supplies necessary to plan, design, develop, procure, produce, install, integrate, test and verify operations and requirements compliance IAW the Contractor’s Modification Management Plan.



The Contractor shall conduct special studies and investigate as defined by the Government’s direction, including but not limited to feasibility studies, predictive performance measurements, detection and prevention of anomalies, impacts on space operations performance, risk assessments and white papers. The special studies are generally focused to facilitate future planning, analyze architecture alternatives, determine impact of Request for Change (RFCs), via performance of trade-off between alternative systems and architectures and perform cost-benefit analysis. The Contractor’s special study support shall be to both the Government and Government support contractor(s). The Contractor shall provide input to potential deliverables for Government approval, such as Technical Meetings and Reviews inputs and Technical Report-Study/Services. All Contractor special studies support shall be in response to individual government requirements.



The Contractor shall provide Rapid Reaction Support (RRS) as required by the Government. The Government will provide tasking direction to the Contractor to provide RRS in support of network or network-related modifications. RRS will be requested on a case-by-case basis contingent on the need of the Network. Each request for RRS will have specific Government direction for the RRS requirements, which may identify one or more CDRL or non-CDRL deliverables. The Contractor shall be responsible for performing all tasks necessary to fulfill this requirement.



Interested parties must be able and prepared to begin these mission critical tasks at all locations on 22 November 2023.



Responses from small businesses are highly encouraged. The NAICS codes potentially applicable to this Sources Sought posting are NAICS 541330 (Engineering Services); 541990 (All Other Professional, Scientific, and Technical Services). If interested parties believe this NAICS code is incorrect for this effort, please provide recommendations for other potential NAICS codes in your response.



Responsible sources may submit a Statement of Capability (SOC) which shall be considered by the Government. The date of response to this synopsis for DSLM is ten (10) business days after the date of publication of this synopsis and must conform to 8.5 x 11-inch pages, font no smaller than 12-point, 1” margins and a maximum of five (5) pages. The SOC must include the following information: 1) Company name, mailing address, CAGE code, DUNS number, points of contact, and telephone numbers; 2) Business size classification (large or small); 3) Description of experience, if any, in commercial or non-commercial Control Segment sustainment; 4) Description of ability to satisfy the Government’s performance requirements described above. SOC must be completely unclassified. Persons/entities debarred and/or suspended will not be considered, therefore are not requested to respond.



An Ombudsman has been appointed to address concerns of potential offerors. The Ombudsman does not diminish the authority of the program manager 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. Matters of routine or administrative nature concerning this acquisition should not be addressed to the Ombudsman, but rather to the Contracting points of contact identified. The Ombudsman is Mr. Brian Ucciardi, (310) 653-1785, brian.ucciardi.1@spaceforce.mil.



Place of Contract Performance: The places of performance include CONUS and OCONUS sites: Peterson SFB and Schriever SFB, CO; Vandenberg Air Force Base, CA; New Boston Air Force Station, NH; Cape Canaveral, FL; US Territory of Guam; Hawaii Tracking Station, HI; Thule, Greenland; Oakhanger, United Kingdom; Diego Garcia, British Indian Ocean Territory.




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
  • Jan 08, 2023 07:43 pm 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 >