Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 10, 2025 SAM #8658
SOURCES SOUGHT

R -- Maintenance, Sustainment, and Upgrade Services for the Logistics Information Operations Network System (LIONS)

Notice Date
8/8/2025 9:45:30 AM
 
Notice Type
Sources Sought
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
FA8820 SUSTAINMENT SDACP SSC/PKL PETERSON SFB CO 80914 USA
 
ZIP Code
80914
 
Solicitation Number
SSC_BCB_LIONS_Follow
 
Response Due
9/8/2025 4:00:00 PM
 
Archive Date
09/23/2025
 
Point of Contact
Victoria Lloyd, Thomas Dinwoodie
 
E-Mail Address
victoria.lloyd@spaceforce.mil, thomas.dinwoodie.1.ctr@spaceforce.mil
(victoria.lloyd@spaceforce.mil, thomas.dinwoodie.1.ctr@spaceforce.mil)
 
Small Business Set-Aside
NONE No Set aside used
 
Description
1. Purpose / Description This Sources Sought Synopsis is issued by United States Space Force, Space Systems Command, Battle Space Awareness (USSF/SSC/BCB) solely for information and planning purposes in support of market research being conducted to identify capable sources that can support the LIONS III, a logistics system/software solution. Information received will assist the Government in developing its acquisition strategy. This announcement is not a Request for Proposal (RFP) and shall not be construed as a commitment by the Government to issue a solicitation or award a contract. 2. Background The current requirement involves supporting the maintenance, sustainment, and upgrade services for the Logistics Information Operations Network System (LIONS). LIONS is the Maintenance Data Collection (MDC) system which supports SSC's Enterprise Corp Special Program's Special Access Program (SAP)/Special Access Required (SAR) programs. LIONS is used by operators via the closed Secure Global Network (SGN) and Secret Internet Protocol Router Network (SIPRNet). LIONS is a web-based MDC system which contains highly classified information. LIONS is a business system providing the warfighter a vehicle for collecting, storing, and retrieving base-level, depot-level, and contractor-type maintenance data. This data is used in support of the USAF equipment maintenance program, the reliability and maintainability improvement program, and maintenance management system procedures. LIONS is currently deployed to numerous locations in support of logistics operations in support of the SSC/ECZ portfolio. The incumbent vendor currently supports this effort under a sole source contract due to: The highly specialized and unique nature of the LIONS system and the requirement for in-depth knowledge and experience to perform maintenance, sustainment, and upgrades. The stringent security requirements for operating and maintaining LIONS within an accredited Sensitive Compartmented Information Facility (SCIF) to manage data at the TS/SCI and SAP/SAR levels. The utilization of a unique code within LIONS for which the Government does not possess a full software data package, limiting portability of software sustainment. The unique development and deployment of an instance of LIONS on the SIPRNet, presenting additional complexities and risks. The potential for substantial duplication of cost to the Government that is not expected to be recovered through competition; or unacceptable delays in fulfilling the agency's requirements New Accredited Infrastructure and New Software Unique Software Data Package Required to Compete The Government is exploring whether competition is possible without incurring significant cost, schedule, or performance risk, or creating unacceptable delays. 3. Security Classification This requirement involves Controlled Unclassified Information (CUI) and potentially classified data up to Top Secret/SCI/SAP/SAR. Request for Information submittals should not contain, sensitive, or proprietary materials. 4. Government Furnished Equipment (GFE) No Government Furnished Equipment will be provided. 5. Small Business Consideration The pertinent NAICS code for this requirement is 518210 and 541511. The Government encourages participation from: Any business, regardless of size, in this area of expertise is encouraged to submit a Statement of Capability (SOC) to demonstrate the ability to meet the requirements listed above to show that competition would be advantageous to the Government. Responses from small and small disadvantaged businesses are highly encouraged and the Government encourages teaming/partnering. Responders to this Source Sought shall indicate whether they are a large business, small business, small-disadvantaged business, 8(a) small business, women-owned small business, HUBZone small business, or service-disabled veteran-owned small business and all applicable North American Industrial Classification System (NAICS) codes. Interested parties desiring to do business with the Space Force shall be registered in the DoD Central Contractor Registry. Respondents must specify if they are a U.S. or foreign owned firm. This acquisition involves data that are subject to export control requirements under the Arms Export Control Act (Department of State) or the Export Administration Regulations (Department of Commerce). 6. Submission Instructions Interested parties are invited to complete the attached Market Research Questionnaire including the following: Company name, address, and primary POC An executive summary outlining technical capabilities Specific responses to the attached questionnaire (Submit via MS Forms) Related past performance and contract vehicles (if applicable) Responses to this sources sought must be received via this Microsoft Forms no later than 8 SEP 25. Submittals should not contain classified, sensitive, or proprietary materials. SSC/BCB and SSC/PKL Advisory and Assistance Services (A&AS) support contractors are supporting the Government on this effort. As such, information submitted in response to this sources sought may be released to individuals who work for the following companies: Odyssey Systems Consulting Group, The Tech 7 Company and Tecolote. Please immediately notify the primary point of contact if your company does not consent to the release of proposal information to these company personnel. Please note that no reimbursement will be made for any costs associated with providing information in response to this announcement or any follow up information requests. The Government is under no obligation to acknowledge receipt of submissions or of the information received, or to provide feedback to respondents with respect to any information submitted under this Sources Sought Synopsis. The Government will not reimburse any cost associated with submitting information in the SOC response to this market research, nor shall any costs be allowed on any Government contract. Microsoft Forms Link: https://forms.osi.apps.mil/r/0xmWqfKjEf
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/04d66dc3425549cdb915349bed96ad80/view)
 
Place of Performance
Address: Colorado Springs, CO, USA
Country: USA
 
Record
SN07544102-F 20250810/250808230049 (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.