Command and Control System - Consolidated (CCS-C) Sustainment and Resiliency (C-SAR)

expired opportunity(Expired)
From: Federal Government(Federal)
FA8823-22-R-0003

Basic Details

started - 15 Jun, 2022 (22 months ago)

Start Date

15 Jun, 2022 (22 months ago)
due - 22 Jul, 2022 (21 months ago)

Due Date

22 Jul, 2022 (21 months ago)
Bid Notification

Type

Bid Notification
FA8823-22-R-0003

Identifier

FA8823-22-R-0003
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (708882)DEPT OF THE AIR FORCE (60448)FA8823 SUSTAINMENT MCPNT SSC/PKL (213)
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

1.  Agency/Office: Department of the Air Force/Space Systems Command2.  Contracting Office Location: SMC/PKL1050 E. Stewart Avenue, Bldg 2025Peterson Space Force Base, CO 80914-2902United States3.  Type of Solicitation: Special Notice4.  Solicitation Number: FA8823-22-R-00035.  Date Posted: 15 Jun 20226.  Title: Command and Control System - Consolidated (CCS-C) Sustainment and Resilency (C-SAR)7.  Classification Code:  R – Professional, Administrative, and Management Support Services8.  NAICS Code: 541330 – Engineering Services9.  Is this a Recovery and Reinvestment Act Action? No10.  Response Date:  22 Jul 202211.  Primary Point of Contact:Name:  Kimberly S. McGoughTitle:  Contracting OfficerEmail:  kimberly.mcgough@spaceforce.milPhone:  (719) 556-2919DSN:  834-291912.  Secondary Point of Contact:Name:  Sean O’HaraTitle:  Contract SpecialistEmail:  
href="mailto:sean.ohara.6@spaceforce.milPho">sean.ohara.6@spaceforce.milPhone:  (719) 556-6224DSN:  834-622413.  Description:The Space Systems Comand (SSC) Military Satellite Communications (MILSATCOM) Logistics and Operations Support Division (SSC/MCL), located at Peterson AFB, Colorado, is providing a DRAFT RFP to Industry seeking feedback to the DRAFT RFP for the requirements listed below.  The Government intends to award a contract for a base period of one year with eight one-year options. If all options are exercised, the period of performance would be from 1 January 2024 through 31 December 2032.This planned C-SAR effort will continue the work currently being performed under the CCS-C Production and Sustainment  (CPASC) Contract, which is scheduled to end 31 December 2023.  The CPASC contractor is Kratos Technology & Training Solutions, Inc., 10680 Treena St., Floor 6, San Diego CA 92131-2487, Tel: 858.812.7304, www.kratosdefense.comSpecific contract requirements include, but are not limited to performance of the following:SYSTEMS COVEREDThe Government requires life cycle logistics support for the CCS-C system, including upgrades to address Commercial off the Shelf (COTS) hardware and software obsolescence and modifications to extend the system to support new satellites and architecture upgrades.  CCS-C capabilities include: activity planning; telemetry processing; commanding; orbit management; resource management; space vehicle and ground system simulation; satellite contact planning and execution; and interoperability with other dedicated MILSATCOM ground and payload control systems.  Satellite platform and payload state-of-health operations enabled by CCS-C include: launch, early-orbit, on-orbit, anomaly resolution, and disposal operations.  Air Force satellite systems supported include Milstar, Defense Satellite Communications System (DSCS) III, Wideband Global Satcom (WGS), Advanced Extremely High Frequency (AEHF), and future MILSATCOM satellite systems.SERVICES REQUIRED OVERVIEWThe Contractor must demonstrate transparent and effective processes and capabilities to design, develop, test, install, and transition to operations hardware and software modifications with near-zero system regressions.  The contractor will demonstrate a robust system deficiency (problem resolution) capability resulting in negligible CCS-C deficiency backlog and expeditious operator system complaint resolution.  The contractor will report contract performance using the earned value management system and have approved business systems, including cost reporting, purchasing, and accounting systems for all development and production CLINs.  A minimum Department of Defense (DoD) security clearance of Secret is mandatory for all personnel supporting this effort.The C-SAR efforts include, but are not limited to:- Systems engineering, integration and test (SEIT) for all system modifications at Schriever AFB, Vandenberg AFB, and Petersen AFB- Sustaining engineering and technical refresh of current Commercial Off-The Shelf (COTS) software/hardware- Software and database/data file sustainment in partnership with 517th SMXG at Hill AFB, UT- System hardware and interfaces sustainment- Maintain hardware in partnership with Tobyhanna Army Depot- Architectural/Software engineering enhancements to support Enterprise Ground Services integration and onboarding- Cybersecurity resiliency (defensive cybersecurity)- Operator Technical data services- System operations and sustainment supportSYSTEMS ENGINEERING INTEGRATION AND TEST (SEIT)SEIT requires comprehensive CCS-C, DSCS, Milstar, WGS, AEHF system and external interface engineering (SE) and system integration support, subsystem analysis and evaluation, and system security for mission execution.  SEIT also requires a system of systems approach to the MILSATCOM enterprise as well as technical advisory support to external drivers including, but not limited to:- Wideband Global SATCOM (WGS) -11- Evolved Strategic Satellite Communication (SATCOM) (ESS)- Protected Tactical SATCOM (PTS)- Enterprise Ground System (EGS)- Standard Space Trainer (SST)- Cybersecurity initiativesCOMMERCIAL OFF-THE SHELF (COTS) SOFTWARE/HARDWARE SUSTAINING ENGINEERING AND TECHNICAL REFRESHCOTS Technical Refresh requires maintaining knowledge of the lifetime of all system components to ascertain when components will become obsolete and thus unsupportable by the vendors and providing periodic reports to the government to enable planning for corrective modifications.  Purchase, integration, test and installation of replacement components will be managed as a contract change separate from the hardware/software sustainment effort.SOFTWARE AND DATABASE SUSTAINMENTSystem engineering, software sustainment and maintenance is required for all software, data file and database releases, to include system common and satellite-specific modifications.  The Contractor must adhere to changing command, telemetry and orbital analysis interfaces between CCS-C and DSCS, Milstar, WGS and AEHF vehicles.  The contractor must design, build, test, deliver and install software releases for CCS-C as well as provide procedure development, configuration management, and system administration.The contractor must demonstrate sufficient satelillte knowledge to address development and maintainince of Mission Unique Software (MUS) to support the MILSATCOM constellations.  Commercial software licenses are required to support CCS-C.  In-depth knowledge of LINUX Operating System and Microsoft Windows is required.  Also required is in-depth knowledge to facilitate intergration and development of following COTS system products to include: EPOCH Client, EPOCH T&C Server, EPOCH DataBase, Task Automated Operations (TAO), Archive Browser and Extraction(ABE), and RT Logic Front End Processor Equipment.  CCS-C 24 x 7 Support Desk is required to assist users and resolve system application problems for fielded systems.The Contractor will maintain a Public-Private Partnership (PPP) to perform software and database sustainment.  The PPP must include sustainment, system engineering, training, shared expertise and providing equipment. The Contractor must expand and maintain the PPP with the 517th SMXG at Hill AFB, UT.  This will include increased number of government positions, increased responsibility for management, and scope to cover all functional disciplines for ground software sustainment as well as support for contractor transition to organic maintenance.  The PPP work will be performed in the CISF, Peterson AFB, CO. The PPP option includes direct sale (sales of articles and services) and lease, if required. SYSTEM HARDWARE SUSTAINMENT.  The Contractor will provide initial spares and replacement parts to Tobyhanna Army Depot (TYAD) whenever hardware changes are made to the system.  The Contractor must maintain and dispose of contractor-managed Government Furnished Property (GFP) and Contract Acquired Property.  Disposal after hardware deinstallation will be through TYAD.  The Contractor must be custodian of GFP and maintain an inventory system compatible with the Defense Property Accountability System (DPAS).CYBERSECURITY RESILIENCY (DEFENSIVE CYBERSECURITY)Apply detailed knowledge of CCS-C architecture and systems to provide defensive cyber capabilities with a focus on identifying weaknesses and countering cyber-related threats identified by the government.  The Contractor must use Government mandated solution sets to enhance existing capabilities, tactics, techniques, and procedures, as well as recommend enterprise changes to enable counter-capabilities.TECHNICAL DATA SERVICESTechnical data services support compliance with the United States Air Force Technical Order System.  The Contractor must support maintenance updates at least quarterly due to software changes, urgent Technical Order (TO) submissions, Time Compliance Technical Order (TCTO) submissions and procedural changes to TOs.  Technical data services support CCS-C operators and system maintainers.SYSTEM OPERATIONS AND SUSTAINMENT SUPPORTTechnical Advisors must provide on-site depot level system (hardware/software/database) technical and operational engineering support, which includes responding to system deficiency emergencies and providing continuous direct real-time operational support for critical operations, such as satellite launch, prelaunch readiness activitiesand anomaly resolution.INSTRUCTIONSInterested parties are invited to submit unclassified feedback to the DRAFT RFP.Oral communications are not acceptable.All responses must conform to 8.5 x 11-inch pages, font no smaller than 12-point, and a maximum of 20 pages. The feedback must include the following information: 1) Company name, mailing address, points of contact, telephone numbers and email addresses; 2) Business size classification (large, small, or other); 3) Experience in CCS-C and DSCS, Milstar, WGS, and AEHF Satellites; 4) Ability to satisfy the Government's performance requirements described above. All responsible sources may submit feedback which will be considered.  Responses from small business and small, disadvantaged business firms are highly encouraged. The applicable North American Industry Classification System (NAICS) code is 541330 with a size standard of $41.5M annually.  If your company is interested only in subcontracting possibilities, please indicate this clearly in your feedback submission.Any information submitted in response to this synopsis is strictly voluntary. This synopsis is for information and planning purposes only; it does not constitute a request for proposal. Information herein is based on the best information available at the time of publication, is subject to revision, and is not binding on the Government. The Government will not reimburse any cost asiated with submission of feedback. The Government will use any information received for planning purposes in support of market research and to improve the understanding of industry capabilities in response to the request for feedback.The Government will provide interested parties an opportunity for a one-on-one conference. Contact the PCO, Kim McGough, via email at kimberly.mcgough@spaceforce.mil to schedule a one on one conference and receive instructions for visit requests to Peterson Space Force Base, Colorado Springs, Colorado. In order to conduct the one-on-ones offeros will need to provide the following: names and positions of up to three people who will participate, a point of contact with whom the government can coordinate/schedule the one on one conference, any schedule limitations, a list of questions via email two days prior to the scheduled one on one conference. One on one conferences will be approximately one hour. Questions and government responses, resulting from the one on one conference, will be provided to all potential offerors via beta.SAM; however, the source of the questions will be anonymous.In compliance with AFFARS 5352.201-9101, an Ombudsman has been appointed to address concerns from offerors or potential offerors. The Ombudsman does not diminish the authority of the program director or contracting officer, but communicates contractor concerns, issues, disagreements, and recommendations to the appropriate Government personnel. When requested, the Ombudsman shall maintain strict confidentiality as to the source of concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. Ombudsman:  Name:  Brian V. Ucciardi                             Email:  brian.ucciardi.1@spaceforce.mil                             Phone:  (310) 653-178514.  Place of Contract Performance:The primary places of contract performance are Vandenberg AFB, CA, Peterson AFB, CO, and Schriever AFB, CO.15.  Set Aside: N/A16.  Archiving Policy: Automatic, 15 days after the response date17.  Allow Vendors to Add/Remove From Interested Vendors? Yes18.  Allow Vendors to View Interested Vendors List? No19.  Attachments: None

Colorado Springs ,
 CO  80914  USALocation

Place Of Performance : N/A

Country : United StatesState : ColoradoCity : CHEY Mountain Air Force Base

Classification

naicsCode 541330Engineering Services
pscCode R425Engineering and Technical Services