SOURCES SOUGHT
99 -- Spaceport Operations, Launch And Range Contract with Mobility (SOLAR-M)
- Notice Date
- 3/5/2024 9:16:53 AM
- Notice Type
- Sources Sought
- NAICS
- 541715
— Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
- Contracting Office
- FA2521 45 CONS LGC PATRICK SFB FL 32925-3237 USA
- ZIP Code
- 32925-3237
- Solicitation Number
- FA2521-24-SOLAR-M_SOURCES_SOUGHT
- Response Due
- 3/14/2024 1:30:00 PM
- Archive Date
- 03/29/2024
- Point of Contact
- Ms. Kenyatta Harper, Rasnizi Cobb
- E-Mail Address
-
kenyatta.harper@spaceforce.mil, rasnizi.cobb@spaceforce.mil
(kenyatta.harper@spaceforce.mil, rasnizi.cobb@spaceforce.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- Solicitation Number: FA2521-24-SOLAR-M_SOURCES_SOUGHT Notice Type: �Sources Sought Synopsis� See Attachment: �1) Draft Performance Work Statement (PWS) for Spaceport Operations, Launch And Range Contract with Mobility (SOLAR-M) and 2) SOLAR-M Concepts Page and 3) Security Position Description. � � Sources Sought � Space Port Operations, Launch and Range Contract with Mobility This sources sought notice is for informational purposes only in conducting market research. �SPACE SYSTEMS COMMAND (SSC) S3, ASSURED ACCESS TO SPACE (AATS) AA3/5/8 and ASSUREED ACCESS (AAA), is seeking to find interested and qualified contractors for an upcoming follow-on to Launch and Range Operations (LRN) II services contract. �The Space Port Operations, Launch and Range Contract with Mobility (SOLAR-M) is envisioned to enable the full spectrum of AATS Range, Spacelift / Access, Servicing, Mobility, and Logistics (SML); Space/Launch Vehicle Research and Development (R&D), and the Space Rapid Capabilities Office (SpRCO) to empower warfighters worldwide by providing mission area capabilities through R&D and operations supported with assured access to space. The contractor shall provide the technical support identified in the requirements below on Cape Canaveral, Florida (Cape Canaveral SFS or Patrick SFS) primarily on the government sites, or at their own facility as conditions or �real-world� situations dictate. Additionally, the use of the contractor�s facility may be requested to support SSC/S3, SSC AA3/5/8 and SSC/AAA meetings/conferences associated with the requirements. Contractor shall work occasionally in the Contractor's facilities, at Temporary Duty (TDY) locations (e.g., Los Angeles AFB, Kirtland AFB, Vandenberg SFB, Patrick SFB, Northrop Grumman, Space-X, Blue Origin, and United Launch Alliance industry partner locations), and at other locations as requested by the Contracting Officer (CO) and/or Contracting Officer Representative (COR). If US Space Force standup and organizational changes dictate a change of location, this change in location will be within the scope of this requirement, but subject to price negotiations between the contractor and the Government. � � Responses to this announcement are needed to help inform acquisition planning and to identify capable sources. To efficiently and effectively deliver the required services, it is anticipated that vendors will have the capabilites listed in Section III; Capability Gaps & Mininmm Requirments of Attachment 2) SOLAR-M Concepts. PURPOSE: This Sources Sought notice is seeking responses from businesses that can provide the required services under the North American Industry Classification System (NAICS) Code 541715, Research and Development in the Physical, Engineering and Life Sciences (except Nanotechnology and Biotechnology). This notice is encouraging responses from qualified and capable Small Businesses primarily. Responses from other than small businesses may be reviewed at a later time. Small Businesses that are in or are considering Joint Ventures are encouraged to respond to this source sought. The data obtained from this notice will�assist the Government in understanding the capabilities available in the marketplace. TERMS OF THIS SOURCES SOUGHT:� 1.�� �The Government does not intend to award a contract based on this Sources Sought or reimburse any costs associated with the preparation of responses. 2.�� �This Sources Sought is issued solely for informational and planning purposes and does not constitute a solicitation. 3.�� �All information received in response to this notice marked ""Proprietary"" will be handled accordingly. 4.�� �In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. 5.�� �Responses to this Sources Sought will assist in determining the potential level of interest, competition adequacy, and technical capabilities of industry respondents to provide the required products and services. 6.�� �SSC/S3 AA3/5/8 and AAA may also use this information to assist in developing any subsequent subcontract plans and small business goal percentages. 7.�� �The Government may choose not to respond to questions posed in industry responses. However, this notice may be amended or updated and reissued, as determined by the Government. 8.�� �The Government does not guarantee any action beyond this notice. 9.�� �Please be advised that all submissions become Government property and will not be returned. 10.�� �Responses that are incomplete and/or not submitted per the Response Submission Instructions below will not be reviewed. REQUIREMENTS: This market research effort is aimed to provide the information detailed below. The information will be instrumental in providing the background needed to refine requirements and form a successful acquisition strategy: Section 1 - Cover Letter. �The cover letter shall include the following: 1.�� �Company information - Include company name, 2 points of contact and contact information (name, address, phone number, website URL, if available, email address, and fax number), Cage Code, DUNS Number, and a short description of the company (history, experience in similar communication services activities, etc.). 2.�� �Company business size with socioeconomic classification based on North American Industry Classification (NAICS) Code 541715, Research and Development in the Physical, Engineering and Life Sciences (except Nanotechnology and Biotechnology). 3.�� �Certifications - Include any accreditations and certifications the company and/or key personnel hold, such as, Program/Project Management Professional (PMP), International Organization for Standardization (ISO), Security+, etc. 4.�� �Teaming is encouraged to ensure an effective solution. The respondent is encouraged to utilize small and disadvantaged businesses in its project team. Please provide similar information for any team members contemplated. 5.�� �List any applicable GSA schedule(s) and/or GWACs or IDIQs with corresponding schedule number/contract number(s). Section 2 � Spaceport Operations, Launch AND Range Contract with Mobility Support Services Management Expertise and/or Previous Experience:� 1.�� �Describe your firm's experience in SOLAR-M support services and best practices. Cite specific examples and the organization�s name, contract number and dollar value of the contract. 2.�� �The Government anticipates this requirement will consist of a base 90 day transition-in period prior to full performance start date of 01 December 2025, 1 year base period and between 5-9 year option periods with a total contract value between $50M-$100M. a.�� �Identify your firm's experience in managing an SOLAR-M support services contract of similar size, scope, and magnitude of effort b.�� �How will your firm manage personnel and financial resources to perform as a prime contractor on a $100M-$300M contract�that is anticipated to require approximately 150-250 cleared technical personnel? Note: �If the requirement is set aside for small business, the clause FAR 52.219-14, Limitations on Subcontracting, will be included in the contract. �The clause requires that ""At least 50 percent of the cost of the contract performance incurred for personnel shall be expended for employees of the concern."" 3.�� �Identify the largest SOLAR-M services contract your firm has managed as a prime contractor. �Please include the dollar value, scope, and magnitude of effort. 4.�� �Will teaming be required? 5.�� �Identify the Government-wide Acquisition Contracts (GWACs) and Indefinite Delivery Indefinite Quantity (IDIQ) contracts on which your firm is a contract holder. 6.�� �Identify your firm's facility clearance, if any. Section 3 � Capability Statement: The purpose of this section is for the respondent to provide information that will assist SLD 45 with making a decision about how best to contract for the required products and services. More detail can be found in the draft SOLAR-M PWS. The applicable North American Industrial Classification System (NAICS) is 541715 with a size standard of 1,000 in number of employees. Submit an unclassified capability statement demonstrating capability in any or all of PWS task areas and the SOLAR-M Concept page. Provide specific examples of proficiency where possible. Your response should address, but not be limited to, the following: 1.�� �Please recommend labor categories to be used for these requirements. 2.�� �Briefly describe your experience in performing the work required by the draft PWS task areas.� � � � � �Reference the draft PWS tasks and subtask areas (please limit your response to 8 pages). � � � a.�� �Program Management of SOLAR-M support services: contract management, transitioning of� � � � � � � � SOLAR-M service efforts, contract administration. � � � b.�� �Integration of existing programs and future efforts: out-year planning, spend planning, acquisition� � � � support, integrated master schedules, and integrating efforts between and during projects. � � � c. Systems Engineering (SE) Processes: managing SE processes and products, and executing SE� � � � � � �processes. 3. Section 508 Compliance: �Please provide a brief description of how you plan to comply with Section 508 of the Rehabilitation Act of 1973, as amended. Section 4 - PWS Review: Identify areas within the draft PWS that may be unclear or where further detail would be useful. Include impacts to performance due to restrictive governing regulations (e.g., Air Force Instructions, Technical Orders, etc.) and how industry best practices could be used instead (this is excluded from the page limitation). Section 5 - Suggested Training/Certifications per Subtask: Identify relevant training and certifications germane to the subtasks of the PWS. DISCLAIMER: This Sources sought notice is not a solicitation. �This notice is issued solely for information and planning purposes and does not constitute a solicitation. �All information received in response to this notice that is marked ""proprietary"" will be handled accordingly. �Responses to the sources sought notice will not be returned. �In accordance with FAR 15.201 (e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. �Responders are solely responsible for all expenses associated with responding to this notice. ATTENTION: Although this is a Sources Sought notice only, interested parties or potential contractors must be registered with the System for Award Management (SAM) to be eligible for contract award or payment. Information on registration and annual confirmation requirements may be obtained via http://www.sam.gov. RESPONSE SUBMISSION INSTRUCTIONS: The responses submitted shall be in sufficient detail and clarity to provide SLD 45 with the information needed. Responses to this sources sought notice shall meet the following standards: ��� �Page Limitations: o�� �Section 1 Cover Letter: One Page o�� �Section 2 Management Expertise and Previous Experience: Within 8 page limit o�� �Section 3 Capability Statement: Within 8 page limit o�� �Section 4 PWS Review: Unlimited o�� �Section 5 Suggested Training/Certifications: Unlimited ��� �Text no smaller than 10 point font ��� �Text included in graphics, tables, and figures can be no smaller than 9 point. ��� �Limit any foldout pages to two per section. ��� �Response shall follow the order listed above to facilitate review. Corporate Branding is allowed but the� section layout must be adhered to as well as page limitations. ��� �If a cover page and table of contents are used they are not included in the total page count. ��� �Fully address Sections 1-5 as outlined above. ��� �Responses that are incomplete and or do not follow these Response Submission Instructions will not be reviewed. ��� �Please submit the information electronically in PDF format by 14 March 2024 to the Procuring Contracting Officers, Ms. Kenyatta Harper at kenyatta.harper@spaceforce.mil, Mr. Rasnizi Cobb at rasnizi.cobb@spaceforce.mil, and�Mr. Jose L. Plasencia at jose.plasencia.2@spaceforce.mil.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/acce1c7f9cae45ba9a77aae02afabd50/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN06986872-F 20240307/240305230057 (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 |