Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 03, 2022 SAM #7643
MODIFICATION

R -- Launch Operations Support Contract (LOSC)

Notice Date
11/1/2022 3:11:02 PM
 
Notice Type
Sources Sought
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
FA4610 30 CONS PK VANDENBERG SFB CA 93437-5212 USA
 
ZIP Code
93437-5212
 
Solicitation Number
FA4610-18-C-0005SSN
 
Response Due
11/7/2022 5:00:00 PM
 
Point of Contact
Evelyn Swain, Phone: 805-606-3981, Katherine Williams, Phone: 805-605-2661
 
E-Mail Address
evelyn.swain@spaceforce.mil, katherine.williams.9@spaceforce.mil
(evelyn.swain@spaceforce.mil, katherine.williams.9@spaceforce.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
The current LOSC contract, FA4610-18-C-0005, is a Fixed-Price Incentive Fee (FPIF), Cost Plus Fixed Fee (CPFF) and Cost CLIN hybrid contract. The current LOSC will expire on 31 December 2022. There is an acquisition currently in progress by 30 CONS to award a 6-year LOSC follow-on contract, Solicitation No. FA4610-22-R-0001. The follow-on acquisition has encountered some delays, and the purpose of this notice is to identify potential qualified sources capable of providing services for the Launch Operations Support Contract (LOSC) for the period between the expiration of the current contract and award of the follow-on.� Currently, LOSC provides mission support for the Launch and Test Range System (LTRS), buildings, infrastructure, and Real Property (RP) in support of Western Range operations. The goal is to ensure the high performance confidence levels required for Range support of equipment and facilities is maintained for a variety of ballistic missile, space, guided weapon, and aircraft test and evaluation missions in support of Air Force, Navy, Army, National Reconnaissance Office, Missile Defense Agency, Federal Aviation Administration, Department of Energy, Defense Advanced Research Projects, National Aeronautics & Space Administration, and a variety of commercial, allied nations, and governmental agencies. Interested offerors are asked to furnish a Capability Statement no later than 1600 PDT, 7 Nov 2022.� Please include company name, address, telephone number, point of contract with an email address, business size, DUNS number, Federal CAGE code, general description of the company, how long the company has been in business and a description of similar contracts with the government and/or commercial customers (include points of contact, contract numbers, value and contract type).� Request respondents limit these answers to a total of no more than 5 pages.� Evaluation of Capability Statements:� The government will evaluate the Capability Statements to ascertain potential small business market capacity to provide services consistent in scope and scale with those described in this notice.� Note:� It is the responsibility of all potential offerors to monitor this site for release of any future synopses or solicitations.� This sources sought synopsis is NOT A SOLICITATION.� The Government will not pay for any costs associated with providing this information.� The Government reserves the right to consider a small business, 8(a) or any other set aside arrangement as deemed appropriate for this contemplated procurement.� To be eligible for any future contract, prospective concerns must be registered in the Department of Defense System for Award Management (SAM), and must accept payment via Electronic Funds Transfer (EFT) via Wide Area Work Flow (WAWF) website.� The PWS (Attachment 1) attached to this announcement is the draft PWS for this requirement and is only provided for informational purposes. Any responses to this notice shall be submitted to Katherine J. Williams at katherine.williams.9@spaceforce.mil, and Lenny Horniak at leonard.horniak@spaceforce.mil.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/c7fb2dec4bb94a6c9d2c8d517e19c66e/view)
 
Place of Performance
Address: Lompoc, CA 93437, USA
Zip Code: 93437
Country: USA
 
Record
SN06506793-F 20221103/221101230054 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.