SOURCES SOUGHT
99 -- Meadowlands Sustainment RFI
- Notice Date
- 11/8/2024 6:25:28 PM
- Notice Type
- Sources Sought
- Contracting Office
- FA8819 SPECIAL PROGRAMS DIR SMC SP EL SEGUNDO CA 90245-2808 USA
- ZIP Code
- 90245-2808
- Solicitation Number
- FA8819-001
- Response Due
- 12/6/2024 4:00:00 PM
- Archive Date
- 12/21/2024
- Point of Contact
- Lakisha Porter, Lt Col Natasha Peeples
- E-Mail Address
-
lakisha.porter@spaceforce.mil, natasha.peeples@spaceforce.mil
(lakisha.porter@spaceforce.mil, natasha.peeples@spaceforce.mil)
- Description
- (U) Purpose: (U) This is a Sources Sought. The Space Systems Command (SSC) located at Los Angeles Air Force Base, California, is seeking information in the form of Statements of Capabilities (SOC) from interested parties in support of the SSC, Space Domain Awareness and Combat Power Directorate requirement for the Counter Communications System (CCS) Meadowlands as described below. The Government is conducting market research to inform its Acquisition Strategy. (U) The purpose of this notice is to identify potential sources that can meet SSC/SZYC�s requirement. The Government reserves the right to set this acquisition, or portions thereof, aside for small business � to include socially and economically disadvantaged businesses, 8(a) firms, or woman-owned businesses. The Government is seeking contractors interested in and capable of Preforming the Meadowlands Sustainment Contract, which will be a follow-on contract to the SCDS contract (Contract #FA8819-08-C-0001) which currently provides sustainment support services for Meadowlands. The programs supported by this contract will be the EWTIP Meadowlands Missions and the Meadowlands System. For planning purposes, the anticipated award date for this Meadowlands Sustainment effort is Mid FY25. (U) Scope: The sustainment requirements of the Meadowlands Sustainment Contract are broken into eight functional areas: Program Management Program management tasks ensure the contractor establishes a management process to ensure high quality sustainment support services throughout the term of this contract for current and future SSC/SZ ground-based systems. This includes the management of: cybersecurity, quality, configuration/data management, cost and schedule. Future System Transition and Sustainment Future system transition and sustainment addresses the ability to formally transition/turnover development ground-based counterspace weapons systems/support systems into operations by evaluating, benchmarking and evolving original equipment manufacturer (OEM) developed products. Depot Support Depot Support consists of the following: depot and sustainment engineering (D&SE), repairable and disposable item management, stock, storage and issuance of spares, hardware and software maintenance and repairs, sparing level analysis, etc. Studies & Analysis Studies and analysis projects will support the basic program mission. This includes, but is not limited to: analyses to reduce life-cycle costs, improvement of availability and maintainability, the replacement of obsolete or/unsupportable equipment, the evaluation of future capability enhancements, preplanned product improvement (P3I), etc. System Upgrades and Modifications System upgrades and modifications may include the development, test, production and installation of system upgrades, the resolution of system deficiencies and the addition of quick reaction capability to meet emerging operational threats to include JUON and EUON. Quick Reaction Capability (QRC) Transition to Operational Systems The transition of QRCs to operational systems include activities such as developing technical orders (TOs), drawing packages, performing provisioning analysis and procuring spares and support equipment, and configuration management and standardization of hardware and software to baseline QRC assets in enduring programs that were initially developed in a rapid prototype and fielding environment. Organizational Level Maintenance Organization Level Maintenance is defined as on-site maintenance support at operational units. System Procurement System procurement is defined as the purchase of Commercial off the Shelf (COTS) hardware to facilitate limited end-item procurement where the value of each integrated end-item is more than $250K. (U) Period of Performance: The period of performance will begin 1Q FY26 and anticipated to have a duration of 2 years with 3 options years (U) Background: (U) CCS System: (U) CCS is a ground-based counter satellite communications (SATCOM) system specifically designed to reversibly deny, disrupt, and degrade adversarial SATCOM. The basic CCS concept is to provide a flexible, modular, scalable, rapidly deployable system with a key set of signal processing/generation (SP) capabilities, selected counter SATCOM missions, and a robust transmit capability. Its architecture will be designed to host core capabilities and/or other more sophisticated �plug and play� type modules to address the ever-increasing number of technologies and assets available to our adversaries. (U) The latest CCS Meadowlands will have upgraded capabilities compared to the existing CCS 10.2 Systems. The future CCS Meadowlands fleet will compose of 32 systems. Meadowlands is a transportable SATCOM system composed of modular Commercial Off-The-Shelf (COTS) / Government Off-The-Shelf (GOTS) Radio Frequency (RF) monitoring and generation equipment. The design incorporates multi-band antennas and equipment in transit cases. The frequency conversion system (FCS) that handles RF signals between the shelter transit cases to the antenna uses a proprietary photonics system. The system can be transported by C-130 or larger aircraft and by ground transport over improved or semi-improved roads. The system will be designed for operations by trained operators in US-controlled facilities world-wide, and in the Developmental Support Facility (DSF). (U) Space Electromagnetic Warfare Operating Location (SEWOL) The SEWOL program includes the following for current and future Electromatic Warfare systems: (U) Space Electromagnetic Warfare Common Operating Picture (SEWCOP) that displays space situational awareness, such as space order of battle (SOB) and strike assessment to higher command authorities (U) Space Electromagnetic Warfare (SEW) data repository that stores various SEW data (U) Common Operating Interface (COI) that provides SEWOL users with capabilities to command, control, and monitor SEW systems (U) Tactical Command and Control (Tac C2) that is capable of ingestion of higher-level tasking, weapon-target pairing, automated scheduling, automated execution tasking, and execution monitoring (U) Cloud-based infrastructure that supports assured and resilient SEW mission execution (U) Cloud-based infrastructure that hosts Government Furnished Equipment (GFE) 3rd party applications (U) Capabilities and functions enabling SEWOL administration (U) Integration of operator training functionalities into SEWOL applications (U) The Meadowlands tasking process will shift to integrating with SEWOL in FY2026 (U) Electromagnetic Warfare Threat Integration Program (EWTIP)Mission Techniques EWTIP aims to elevate the capabilities of the Counter Communications System (CCS) Meadowlands in disrupting adversarial communication networks. The primary objective is to effectively neutralize a wider range of adversary satellite communication frequencies and modalities. EWTIP will utilize a combination of hardware and software innovations designed to address emerging threat intelligence and vulnerabilities. The addition of such capabilities into the CCS Meadowlands Baseline will include the development, integration, test, and fielding of the new mission sets and components. (U) Schedule and Key Deliverables: (U) There will be a virtual Industry Day held on 15 Nov 2024. The Industry Day will focus on two RFIs. The Government will discuss the Meadowlands Production RFI and the Meadowlands Sustainment RFI. Contractors interested in attending the Industry Days should contact the PCO or the PM for additional meeting details. The Government will be offering one on one sessions for contractors to ask questions or provide potential solution following the Government presentation. If you would like to request a one-on-one session, please notify the PCO by 11 November 2024. Contractors shall submit a Statement of Capability for the following three risk areas. It will assist the government by providing solutions with mitigation strategies for these risk areas Path to Operation Acceptance The sustainment contractor will need to execute under the new SFI 13-604. The Sustainment contractor will begin work prior to Operational Acceptance and will be required to obtain Operation Acceptance for Meadowlands. Integrating/porting/sustainment of new techniques In support of emerging threats and the developed techniques against them, it is expected that the contractor will coordinate with the development vendor(s) to successfully receive, import, test, integrate and sustainment new baseline capabilities on an annual basis. A sustainment contractor is expected to be part of the integrated product team. Delivery of meadowland system will be delivered in lots Sustainment contractor needs manage the throughput of meadowlands systems being delivered in batches. Government needs to ensure the contractor can manage variable units and schedule of deliveries. Remote Operations Need the sustainment contractor to maximize remote capabilities of the system while minimizing response time, travel and footprint. Sustainment contractor shall manage import, test, updates, cyber patches, sell off, control and monitor remotely via an IP connected device. (U) SOC Administrative Requirements: (U) The Government requests a maximum 10-page response in total with a 3-page limit for Company Information and Corporate Capabilities & Experience. Please submit via email to all the following points of contact: (U) Contracting Officer: Lakisha Porter (U) Contracting Officer Email: lakisha.porter@spaceforce.mil (U) Program Manager: Lt Col Natasha Peeples (U) Program Manager Email: natasha.peeples@spaceforce.mil (U) Response Content: (U) Interested vendors must submit a Statement of Capability (SOC) in a narrative report that includes both the company/corporate information, solutions to the risk areas above and responses to the questions below. All SOCs are to be submitted in accordance with the administrative requirements identified herein. (U) Submitted SOCs must include all of the following information: (U) Company Information (U) Corporate Capabilities & Experience (U) Solutions with Mitigation Strategies to Key Risk Areas (U) Answers to Technical Questions (U) Answers to Contractual/Business Questions (U) Company Information: (U) 1. Company name (U) 2. Company�s ownership and other relevant information (U) 3. Personnel/Business size classification (Small/Large Business, HUB, veteran, etc.) (U) 4. Mailing address (U) 5. Point of Contact (POC) including e-mail and telephone numbers (U) Corporate Capabilities & Experience: (U) Describe previous work your company has performed and company expertise which is relevant to the role of a Prime Contractor. Also provide information related to: (U) 1. History with sustaining software and hardware of this magnitude (U) 2. History with integrating multiple systems developed by another contractor onto a single platform which was also developed by a different contractor. Technical Questions: What is your general approach in sustaining the Meadowlands system? What processes and solutions would you use to execute this effort? Can you describe an approach to manage preventive and corrective maintenance? What is your approach in managing system upgrades and technology refresh? What lifecycle management of critical components would you use for this effort? What security architecture would you use to execute this effort? What experience do you have and/or what approach would you use to interface with current CCS Meadowlands Prime development and production contractor? What do you see as the major challenges (technical, security, programmatic, etc.)? What will you need from L3H to successfully sustain Meadowlands? What Information or GFE will you need from the Meadowlands program to ensure success? When will you need that information? Contractual / Business Questions: Do you have any concerns regarding the ATP timeline? Are you a small business? If not, what do you believe would be a good goal for Small Business set aside for this requirement? Do you plan to partner with other contractors? Discuss any key cost and schedule drivers, cost tradeoffs, schedule considerations, and assumptions. How could the government better incentivize current prime contractors to support your needs to sustain and be the integrator for SEWOL? What are key deliverables you would need from other contractors to successfully sustain MDLS and be the prime integrator for SEWOL? Do you have any recommendations and rationale for an incentive and payment structure? Do you anticipate using any proprietary technology or information as part of the proposed solution? Response Classification: Narrative and SOC reports may be up to TOP SECRET/SCI/SAP. Materials will be reviewed separately at Los Angeles AFB, CA. If a Contractor plans to submit a SAPs level SOC, submission needs to be coordinated no later than one week in advance of submission. All material provided in response to this notice shall be kept non-confidential and non-proprietary to the maximum extent practicable. Firms providing confidential/proprietary information shall separately and clearly identify and mark all confidential/proprietary information. The USSF will take all necessary steps to protect/safeguard any confidential/proprietary information provided. The USSF will NOT be held responsible for any proprietary information not clearly marked. Disclaimers and Notes � THIS IS A REQUEST FOR INFORMATION ONLY. This notice is issued solely for information and planning purposes. It does not constitute a solicitation (Request for Proposal or Request for Quotations) or a promise to issue a solicitation in the future. This notice does not commit the USSF to contract for any supply or service whatsoever. Furthermore, the USSF is not currently, seeking proposals. Responders are advised that the USSF will not pay for any information or administrative costs incurred in response to this notice. The Government will not assume liability for costs incurred by any attendee for travel expenses or marketing efforts. All costs associated with responding to this notice will be solely at the responding party's expense. The following companies/organizations may review the submitted responses: The Aerospace Corporation, Tyto Corporation, SAIC, RSE, ARK GSI, and Tecolote. Thes companies are bound by appropriate non-disclosure agreements with the USSF. For further information regarding these agreements, contact the Contracting Officer identified herein. Attachments: Attachment 1: Unclass Meadowland SEWOL Overview
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/c34c99b5ea5548349a13f953bfa1d7ad/view)
- Place of Performance
- Address: El Segundo, CA 90245, USA
- Zip Code: 90245
- Country: USA
- Zip Code: 90245
- Record
- SN07261224-F 20241110/241108230105 (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 |