The Resilient MWT MEO program will host a GMI update brief to industry on Friday, 25 Apr 2025, starting at 1300 Pacific time.
Please limit the number of dial-ins per company to 2; other attendees may be present on the same dial-in.
Since the content presented will contain CUI information, you must send the name of two attendees from your company to Maj Joe Silvio, joseph.silvio.1@spaceforce.mil, at least 24 hours prior to the event start to receive an invite to the Microsoft Teams hosted meeting.
The email to Maj Silvio must contain the information below:
- Company Name
- CAGE CODE
- Name of two attendees and their company emails
On the day of the meeting, please enter the meeting room at least 10 minutes prior to the meeting start time.
Once you enter the meeting room, you must set your meeting name to: COMPANY_CAGE_LAST NAME
You will be admitted to the meeting room in arriving order, upon the GMI team checking your company name, CAGE code, and attendee’s last name on file.
There will be an opportunity for Q&A during the meeting. Additionally, respondents have until 1600 on Friday, 02 May 2025 to submit additional questions via email to Maj Silvio. All questions and answers will be posted to SAM.gov by 09 May 2025. No proprietary questions will be answered at this time. This will be the last announcement posted to SAM.gov.
POC information:
Program Manager: Maj Joseph Silvio: joseph.silvio.1@spaceforce.mil
Contracting POC: Capt David Kirkland: david.kirkland.9@spaceforce.mil
Alt Contracting POC: leslie.semerena@spaceforce.mil
**ORIGINAL SOURCES SOUGHT REQUEST**
Sources Sought Synopsis
RESILIENT MEO MISSILE WARNING AND TRACKING (RMMWT)
GROUND MANAGEMENT AND INTEGRATION (GMI)
- Description / Purpose
1.1 The Resilient MEO Missile Warning and Tracking (RMMWT) Program is contemplating a contract with requirements for the management and integration of their ground system capabilities. RMMWT procures missile tracking satellites in spiral deliveries known as Epochs. Epoch 1 will provide two planes provided by a single Space Vehicle (SV) vendor with each plane containing six satellites. Plane 1 is planned to launch in 4QFY26, and Plane 2 is planned to launch in 2QFY28. Epoch 2 is not yet awarded but plans to purchase up to four planes from up to two SV vendors of unspecified number of satellites per plane. Award of Epoch 2 is planned for 3QFY25, with a Plane 1 launch in 1QFY29 and subsequent launches each quarter thereafter until all planes procured in Epoch 2 are launched. Development of the ground system to include a primary MEO Satellite Operations Center (MSOC) and three Ground Entry Points (GEPs), two sites with three antennas and the third with one antenna, is underway to support the Epoch 1 system. The Government is researching sources for support to Epoch 2 and a possible transition of Epoch 1 responsibilities at a future date.
1.2 The RMMWT Program is seeking to identify qualified contractors with the following capabilities:
- Evolve and maintain the MSOC at the Boulder Ground Innovation Facility (BGIF) to integrate support for Epoch 2 missions
- Unify all Missile Warning and Track (MWT) ground software onto one common platform software framework and hardware.
- Maintain network connectivity to the MSOC and a continuous Authority to Operation (ATO) through collaboration with the other contractors for fulfillment of this milestone
- Evolve and maintain Satellite Operations Center services, to include constellation mission management supporting tasking.
- Provide network scheduling services, ground resource management, for contacts between the GEPs and SVs
- Maintain and expand GEP capabilities
- Integration of multi-contractor system.
2.0 Requested Information
2.1 Qualified sources will submit an unclassified Statement of Capability (SOC) demonstrating their experience and capability in the task areas listed below. The SOC should provide specific examples of proficiency. Industry may provide responses to any or all the areas specified below, depending on relevant experience. Please indicate if interested in these tasks as a prime or subcontractor. If indicating interest as a prime, a contractor should be capable of performing or overseeing and integrating all the task areas below. Industry should not feel compelled to respond to areas outside of their expertise. Each subsection directs respondents to describe the contractor’s experience with areas within or related to the general scope of tasks.
2.1.1 Software Development
Contractors should describe experience with software for command and control and resource management of various assets including ground system, ground networks, ground antennas. The software capabilities include the following:
- Sending commands/messages and receiving confirmations
- Routing of messages to and from other contractors’ software system, including to factories and externals
- Configuring networks, virtual processors and virtual modems to communicate between MTC space vehicles and space vehicle provider ground software system.
- Deconflicting resources (based on various methods to include constellation models)
- Scheduling and managing contacts (configuration and deconfiguration), balancing resources among users and providing resiliency through similar and diverse communication paths (terrestrial and/or space based)
- Health and safety monitoring of the MTC ground system
- System status reporting and anomaly resolution
- System failover, locally and geographically separated
- Tip/Cue of tasking between multiple imaging space vehicle constellations
- Real-time and pre-planned tasking/collections
- Cross domain solutions (CDS) for automated transferring messages and commands across domains, both different domains at the same security level or between security levels.
- Operating in local data center and/or in the cloud environment
Leveraging automation to reduce operator workload requirements is preferred. Information should be displayed in a user-friendly graphical user interface to system operators.
2.1.2 Software Integration
Contractors should describe experience with integration of third-party software onto an existing platform/framework using automated Continuous Integration / Continuous Delivery (CI/CD) pipeline with demonstrated ability to collaborate and coordinate with externals. Contractors should describe experience with upgrading, deploying and maintaining framework environments for operations and for use by all program contractors. Contractors should describe experience in performing system updates without or minimally impacting operations.
2.1.3 Ground Entry Points (GEP)s
Contractors should describe experience with end-to-end design, construction, build, integration, operations, and maintenance of GEP site, ground antenna(s) and associated equipment for space to ground communications in support of operations.
2.1.4 Ops Center Management
Contractors should describe experience with operation, maintenance, and sustainment at a permanent operations facility (PL3 or above), including network, software and resource management, security, and operations. Contractor should describe experience in government owned, contractor operated (GOCO) environment and support to government operations.
2.1.5 Cybersecurity
Contractors should describe experience with cybersecurity management and sustainment of system Authority to Operate (ATO), as well as approval process for Authority to Connect (ATC), including cloud-based system component integration. Contractors should describe how their systems engineering processes incorporate cybersecurity principles into the technical baseline and allow tracing of system controls to features, test events, and test artifacts.
2.1.6 Cloud-based Development and Hosting Services
Contractors should describe experience with design of a scalable and high-performance Gov cloud infrastructure within a larger ground system architecture. Demonstration of compliance with current Gov cloud security standards.
2.1.7 Existing Contract Vehicles
The government is contemplating contracting strategies for this acquisition. In addition to your stated capabilities, please identify any existing contract vehicles that can be used for this critical workload. For any existing contract vehicle, please provide the government contracting office responsible for the contract.
3.0 Responses
3.1 The SOC shall be organized into two sections. Section 1 of the SOC shall provide administrative information, and shall include the following as a minimum:
3.1.1 Name, mailing address, CAGE code, phone number, fax number, and e-mail of designated point of contact.
3.1.2 Business type (large business, small business, small disadvantaged business, 8(a)-certified small disadvantaged business, HUBZone small business, woman-owned small business, very small business, veteran-owned small business, service-disabled veteran-owned small business) based upon North American Industry Classification System (NAICS) code 541330 - Engineering Services, with a size standard of $16.5 M in average annual receipts. Responses from Small and Small-Disadvantaged business are highly encouraged. Responses from small business and small, disadvantaged business firms are highly encouraged. Interested parties shall state the size of their business
Each SOC must include a cover page and table of contents. The number of pages in Section 1 of the white paper shall not be included in the 15-page limitation, i.e., the 15-page limitation applies only to Section 2 of the SOC.
3.2 Section 2 of the SOC shall include the contractor’s responses to any or all of the areas from Section 2 of this Sources Sought. Contractor’s should clearly state its capabilities for any particular section in a logical numbering schema and provide clear alignment to one of the areas in Section 2 of this Sources Sought. The Government is interested in qualified sources that can meet any portion, or all of the areas discussed.
3.3 Section 2 of the SOC shall not exceed 15 pages in total length. All responses must conform to 8.5x11 inch pages, with font no smaller than 12 point. This sources sought synopsis is for informational market research only and in no way obligates the government.
3.4 The SOC shall be delivered in Microsoft Word format or PDF format and are due no later than 27 Feb 25, 1700 PST. Responses shall be submitted via e-mail to the Primary Point of Contact (POC), Capt David Kirklan, Procurement Contracting Officer (PCO), at david.kirkland.9@spaceforce.mil and the Secondary POC, Ms. Leslie Semerena at leslie.semerena@spaceforce.mil. Proprietary information, if any, should be minimized and MUST BE CLEARLY MARKED. To aid the Government, please segregate proprietary information.
4.0 Questions
Questions regarding this announcement shall only be submitted in writing by e-mail to the PCO, david.kirkland.9@spaceforce.mil with a courtesy copy to leslie.semerena@spaceforce.mil. Verbal questions will NOT be accepted.
DISCLAIMERS AND NOTES
THIS IS A SOURCES SOUGHT SYNOPSIS ONLY. This SSS is issued solely for information and planning purposes; it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. This request for information does not commit the Government to contract for any supply or service whatsoever. Further, the Government is not at this time seeking proposals and will not accept unsolicited proposals. Responders are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this SSS; all costs associated with responding to this SSS will be solely at the interested party’s expense. Not responding to this SSS does not preclude participation in any future RFP, if any is issued. The Government will acknowledge receipt of all submissions but is under no obligation to provide feedback or integrate respondents’ contributions.
All information in response to this SSS marked proprietary will be handled accordingly. The Government shall not be liable for or suffer any consequential damages for any proprietary information not properly identified. Proprietary information will be safeguarded in accordance with applicable regulations.
SSC has entered into contracts with the Aerospace Corporation, the MITRE Corporation, LinQuest, Science Applications International Corporation (SAIC), Tecolote Research, American Systems Corporation, InSPIRE, Sierra Nevada Corporation, Axient Corporation, Space EA Systems, Stellar Solutions, ExoAnalytics, Booz Allen Hamilton, The Tech7 Company, Gemini Technologies LLC, Huntington Ingalls Industries, Odyssey Systems, New Bridge Partners, Sandia National Labs, Space Dynamic Lab, and Software Engineering Services. These companies support the Government’s Space Force Program Office by performing technical reviews, systems engineering and integration analyses, cost estimation, and other advisory services. Respondents are hereby notified that all responses will be provided to our support contractors for their services to the U.S. Space Force. If the respondent disagrees with the release of its Sources Sought response to any of the aforementioned firms and their subcontractors, the respondent must clearly state this restriction in the cover letter accompanying the SSS response.
Foreign firms are advised that they will not be allowed to participate in this acquisition at the prime contractor level; however, provided they are eligible to do business with the US Government they may be eligible to participate at the subcontractor level. The research and test data produced under a resultant contract may contain Military Critical Technology List (MCTL) information whose export is restricted by Export Control Act (Title 22, U.S. Sec 2751, et seq.) or the Export Administration Act of 1979, as amended (Title 50, U.S.C., App. 2401, et seq.). Request certification and registration from the Defense Logistics Services Center (DLSC), Federal Center, 74 North Washington, Battle Creek, MI 49016-3412 as soon as possible.