SOURCES SOUGHT
99 -- Space Awareness & Global Exploitation (SAGE) & Mission Threat Analysis (MTA) Additional Work
- Notice Date
- 8/13/2024 12:27:57 PM
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- FA8823 SUSTAINMENT MCPNT SSC/PKL PETERSON AFB CO 80914-2900 USA
- ZIP Code
- 80914-2900
- Solicitation Number
- PCOLDOMES0004240002
- Response Due
- 8/28/2024 11:00:00 AM
- Archive Date
- 09/12/2024
- Point of Contact
- Peter Brachhold, Phone: 7195562367, Darren Fullo
- E-Mail Address
-
Peter.Brachhold@spaceforce.mil, darren.fullo@spaceforce.mil
(Peter.Brachhold@spaceforce.mil, darren.fullo@spaceforce.mil)
- Description
- This announcement is for information and planning purposes only. It does not constitute a Request for Proposal and is not to be construed as a commitment by the government. The government will not pay any cost associated with the submittal of information solicited herein. Synopsis: The United States Space Force (USSF) Space Based Infrared System (SBIRS) program anticipates a need to issue a 5-year extension for the Defense Support Program (DSP) Operations, Mission Threat Analysis, and Engineering Sustainment (DOMES). These services are currently provided on the Space Systems Command (SSC) contract number FA8823-20-C-0002 from January 7, 2020, through March 31, 2030, if all options are exercised by the government. Within the DOMES contract, there is work associated with requirements provided by Space Awareness and Global Exploitation (SAGE) and Mission Threat Analysis (MTA) (aka added MTA work). This added MTA work is included in the option year 4 period of performance ending on March 31, 2025. The government now anticipates the added MTA effort will be further incorporated into the DOMES contract starting in 4/1/2025 through 3/31/2030, if all options are exercised. The satellite constellation size was anticipated to decrease over the years, corresponding to a lower level of support for DSP on-orbit sustainment tasks. The DSP satellites were not ""retired"" from mission operations before the end of the DOMES contract; therefore, the option CLINs for on-orbit operations support and anomaly resolution support, MTA, Mission Test Bed (MTB), and SAGE will be exercised. MTA and SAGE requirements are not solely dependent on DSP satellites staying in operations but rather support the overarching Space Based Infrared System (SBIRS) mission areas of missile warning, missile defense, battlespace awareness, and technical intelligence by collecting sensor data from available Overhead Persistent Infrared (OPIR) orbital assets.� Background: DSP supports the missile warning constellation of infrared technology satellites and has been operational since 1971. The original spacecraft production contract, F04701-67-C-0035, was competitively awarded to TRW Inc., which was acquired by Northrop Grumman in December 2002. The original sensor production contract, F04701-67-C-0034, a result of the same competition, was awarded to Aerojet Electronic Systems Division (AESD), which was acquired by Northrop Grumman in October 2001. In 1996, two contracts were awarded for post-production support. One contract was awarded to the spacecraft contractor, TRW (now Northrop Grumman), and the other to the sensor contractor, Aerojet (now Northrop Grumman). These contracts supported operations and maintenance of the satellite systems, including launch, software, and hardware maintenance, until the last DSP satellite was launched. The follow-on DSP On-Orbit Support and Sustainment Contract (DOSS), FA8810-09-C-0001, was required to maintain constellation health in the post-launch era of DSP. The current DSC continues the necessary sustainment support for constellation longevity. Since the award of the original 1967 DSP production contracts, all DSP production, sensor, engineering services, orbital support, post-production, and sustainment contracts have been awarded to Northrop Grumman (or predecessor companies). The added MTA work (4/1/2025 through 3/31/2030) requires access to Northrop Grumman proprietary data, information, algorithms, and software, for which the government does not have government purpose rights. The proprietary information includes but is not limited to: SBIRS payload clutter suppression processor software, focal plane balance and calibration software, real-time wideband imager software, detection algorithms, image co-registration software, decompression software, detect and track software, false alarm mitigation software, and jitter compensation software. Description of Services: The support to be acquired under added MTA work for 4/1/2025 thru 3/31/2030 includes missile event analysis, missile event report troubleshooting, identify/evaluate/recommend changes for MTA, threat profile development/evaluation/integration, having access to SBIRS/DSP mission data, manage contract team, develop software tools, support at two Government sites, prototyping of data processing enhancements, and maintaining experienced contractor workforce.������������ (1) Missile event analysis: extract missile event data for every missile event, identify the best possible data from the sensors, play the extracted data through an analysis and debugging version of the operational mission processing algorithms, and then compare the ""best possible"" performance to the actual real-time results, results from related operational systems and interim SBIRS systems, and truth data for that event from the Intelligence Community (IC). Results are to be disseminated approximately every week following missile events. (2) Missile event report troubleshooting when operational messages or interim SBIRS output differ from IC truth data, perform an initial root cause assessment to determine whether the difference arises from an inherent limitation, specific characteristics of the viewing sensor(s), issues with on-board algorithms, issues with ground-based mission processing algorithms, issues with the threat profile database, or discrepant aspects of the IC data. Provide an initial out brief at the weekly meetings from the above within two (2) weeks of the missile event.� (3) Threat profile development, evaluation, and integration; create threat profiles in support of United States Strategic Command (USSTRATCOM) objectives using detailed event raw data extractions, characterization, correction for atmospheric attenuation and other effects, manipulation of raw data, and extrapolation of source characteristics and signatures. Identify key events and parameters required by mission processing algorithms and create appropriate database update files. When threat profiles are made available from external sources, identify key events and parameters required by mission processing algorithms and create appropriate database update files. Perform regression testing for potential database updates by playback of available event and scenario data to ensure mission processing software has optimal performance using the new threat profile. Present regression test analysis with fully coordinated community support for the USSTRATCOM-led change process.� (4) Identify, evaluate, and recommend changes to on-board processing algorithms, ground mission processing algorithms, and/or threat profile databases to improve message quality for high-interest end users. Coordinate with appropriate IC collaborators, DSP, SBIRS, MTA Program Office specialists, operational specialists, and USSTRATCOM-led evaluation boards. (5) Capability to develop software tools as well as provide and maintain data archives. (6) Rapid prototyping of data processing enhancements that maximize the utility of constellation data and mission processor initiatives. (7) Program support includes management of the contractor team and contract business operations segment to track financial issues and deliverables. �(8) Contractor facilities supporting on-orbit operations must have current access to SBIRS/DSP mission data, be Defense Security Service (DSS) certified, and be capable of processing classified information as required by the DSP and SBIRS constellations. (9) Support is provided at two government sites: Mission Control Station (MCS) in Aurora, CO, and MCS Backup (MCSB) in Colorado Springs, CO.� (10) Knowledgeable, capable, and experienced individuals with the proper security clearances (up to and including TS/SCI) who can provide real-time assistance and guidance to government satellite operators at the Mission Control Station and any backup site supporting operations.� Instructions: Interested parties are invited to submit an unclassified Statement of Capability (SOC)�by�28-Aug-2024 that addresses the ability to satisfy the above requirements to PCOLDOMES004240002. Oral communications are not acceptable. Statements of Capability: Interested parties who believe they have the capability to perform as a prime contractor in support of this effort must submit a Statement of Capabilities (SOC), which includes the following information: Personnel/Size Standard, Company Name, Mailing Address, Point of Contact and Telephone Numbers, Business Size Classification, Large, Small or Other, experience-specific work previously performed relevant to this follow-on effort. The small business size standard for this requirement is NAICS 541712, with Note #11 (Size Standard 1,000). The Statement of Capabilities (SOC) must conform to 8.5 X 11-inch pages, with font no smaller than 12-point, and it shall not exceed twenty pages and must be submitted by 28-Aug-2024 12:00pm Mountain Standard Time. Submit an electronic copy of the SOC to Mr. Peter Brachhold at peter.brachhold@spaceforce.mil. The government will use the SOC to determine if there is sufficient interest and ability in the marketplace from qualified sources. This announcement is for information and planning purposes only. It does not constitute a Request for Proposal and is not to be construed as a commitment by the government. The Government will not pay any cost associated with the submittal of information solicited herein. The SOC and all related communications that contain proprietary information should be marked as such. Verbal responses will not be accepted. Technical Point of Contact: Mr. Brian Botka Email: brian.botka.1@spaceforce.mil Contracting Point of Contact: Mr. Peter Brachhold Email: peter.brachhold@spaceforce.mil
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/4316b41b8fcc48f0871c1b4c82500482/view)
- Place of Performance
- Address: Colorado Springs, CO 80914, USA
- Zip Code: 80914
- Country: USA
- Zip Code: 80914
- Record
- SN07169190-F 20240815/240813230130 (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 |