SOURCES SOUGHT
99 -- Satellite Processing Facility Services
- Notice Date
- 8/9/2022 2:28:37 PM
- Notice Type
- Sources Sought
- Contracting Office
- MDIOC SCHRIEVER AFB CO 80912-7300 USA
- ZIP Code
- 80912-7300
- Solicitation Number
- MDA22SSRFI01
- Response Due
- 8/24/2022 3:00:00 PM
- Point of Contact
- Kathryn M. Bernstein, Phone: 7197212076, Hunter Davenport, Phone: 7197219395
- E-Mail Address
-
kathryn.bernstein@mda.mil, hunter.davenport@mda.mil
(kathryn.bernstein@mda.mil, hunter.davenport@mda.mil)
- Description
- Purpose:��The Missile Defense Agency (MDA) is conducting market research for satellite processing facility services in support of the United States Space Force (USSF)-124 launch.� The information herein only initiates communication with industry in order to assess market potential. �No solicitation document exists at this time. �This Request for Information (RFI) constitutes no Government obligation to procure these items or issue a solicitation. �The Government does not have an obligation to pay for information responding to this RFI and will not accept any responses as offers. MDA is seeking alternate sources that can provide satellite processing facility services for the USSF-124 launch.� USSF-124, a SpaceX Falcon 9 mission, will be launching two space vehicles.� The two space vehicles are procured by two different prime performers, requiring visual protection between teams.� This mission is assigned a launch window of June 2023 � September 2023, launching from Space Launch Complex (SLC) 40 at Cape Canaveral Space Force Station.� The program requires facility accommodations for approximately four weeks, assuming one week of equipment setup, two weeks of space vehicle processing, and one week of equipment storage. As Astrotech Space Operations is the only commercial spacecraft processing facility within 25 miles of Cape Canaveral Space Force Station�s �SLC 40 that has already been granted a SECRET-level Facility Clearance by the Defense Counterintelligence and Security Agency under the National Industrial Security Program in compliance with Code 32 of Federal Regulations Part 117 �National Industrial Security Program Operating Manual,�� MDA believes that only Astrotech Space Operations is capable of providing the required classified services; however, all responsible sources interested may provide their interest and capability to respond to this requirement.� If no alternate sources are identified the Government intends to issue a contract to Astrotech Space Operations, under Statutory Authority, 10 USC 3204 (a)(1) as implemented under Federal Acquisition Regulation (FAR) 6.302-1(a)(2) � Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements to support the following requirement. All sources eligible to provide this requirement must respond in writing.� A request for documentation will not be considered as an affirmative response. This notice is intended to meet the requirements of both FAR Part 5 and DFARS PGI 206.302-1. Description of the Requirement:� The Company shall provide: DCSA accredited facility to support classified satellite integration and testing at the SECRET level One high bay complex consisting of the high bay, the associated garment change room, office space, conference room, and a dedicated control room. 60Hz electrical power, both technical and utility grade, for spacecraft ground support equipment. On-site Local Area Network (LAN) or WIFI connectivity, local telephone service, and a dedicated copier/printer/facsimile machine. Daily facility monitoring and reporting on facility temperature, humidity, and cleanliness.� Provide support to operate equipment to offload equipment racks and other ground support equipment and needed. Crane and crane operator to stack and encapsulate space vehicles; provide ladders, scaffolding, lift equipment to perform stacking, mating and vehicle close out. Backup power and HVAC if primary power is loss. If necessary, gain approval for space vehicle RF radiation for antenna hat testing. Space to process payload fairing and encapsulate. Access control measures at all entry points of the facility with access list controlled by a designated MDA POC and must maintain facility access logs for duration of occupation.� Dedicated space, physical barriers (walls or high partitions), privacy curtains or other method to protect viewing of space vehicles from each prime performer. Security and emergency operating plans. Protection to meet Department of Defense (DoD) Secret and COMSEC requirements, including security containers as needed to protect proprietary information. Secure conference areas for the respective payloads.� The Company must meet Federal/DoD and/or Defense Counterintelligence and Security Agency (DCSA) accreditation requirements to establish a controlled area for handling of SECRET classified material and information systems under the National Industrial Security Program per 32 Code of Federal Regulations Part 117, �National Industrial Security Program Operating Manual.�� The Company must meet applicable provisions of CNSSI No. 4001 Controlled Cryptographic Items and CNSSI No. 4005 Safeguarding Communications Security (COMSEC) Facilities and Materials.� The Company must meet applicable provisions of CNSSAM TEMPEST 1-13, �Red/Black Installation Guidance,� to ensure separation between RED/BLACK equipment and network wiring is achievable by occupants.� The Company�s facility must be within a 25-mile radius of Cape Canaveral Space Force Station�s SLC 40.� The Company�s workforce must be US citizens with current background investigations and appropriate security clearances.� Submission Instructions: No classified data shall be submitted Provide a capability statement clearly documenting your Company�s ability to provide payload processing facility services in accordance with the requirements identified in this document. There is a three-page limit for this Request for Information (RFI). Cover Page should include: Company name Point of Contact information Business Size Status DUNS number and CAGE code Any Government ordering vehicles (GSA, DLA, etc.), if applicable Statement certifying that the Company has a current DD Form 441, DoD Security Agreement, on file as accredited by DCSA Responses in searchable Microsoft Word or Adobe Acrobat formats are preferable. Please submit email responses less than 5MB to the point of contact below.� The Government highly discourages submitting proprietary or business sensitive information. �Vendors submitting proprietary or business sensitive information bear the sole responsibility for marking the information for appropriate safeguarding.� Proprietary information will be protected from unauthorized disclosure as required by Subsection 27 of the Office of Procurement Policy Act as amended (41 U.S.C. 423) (hereinafter referred to as �the Act�), as implemented in the FAR.� This is a Request for Information only.��MDA will not be liable for any costs incurred for information submitted in response to this notice. �This notice does not commit the MDA to establish a contract for any supply or service whatsoever. �Further, the MDA is not seeking proposals nor will it accept proposals. �Submitted responses will not be returned. �This information provided may be used in developing an Acquisition Strategy, Market Research, or Statement of Work. All responses must be received no later than August 24, 2022, 4:00pm, Mountain Time and should be submitted via email (kathryn.bernstein@mda.mil). No telephone inquiries will be accepted. Approved for Public Release 22-MDA-11227 (8 Aug 22)
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/a8b1502da191495ebb1b6e217d6e19b2/view)
- Record
- SN06420320-F 20220811/220809230124 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |