This is not a solicitation for any action at this time. This synopsis is issued for the sole purpose of the 30th Contracting Squadron to conduct Market Research in accordance with FAR Part 10. This effort is to seek qualified sources capable of providing the necessary services for Launch Operations Support. The contemplated contract will be for providing maintenance, modification and modernization for the aging facility, property, and Western Range support equipment to ensure successful performance during tests, operations, and launches. The applicable NAICS code of 561210 with $47M small business size standard is applicable. Statement of Need follows a brief description of the services sought.
The Government is interested in maximizing participation from Small Business. Interested offerors are asked to furnish a capability statement no later than 1600 PST on 26 Jan 26. Please include company name, address, telephone number, point of contact with an email address, business size, DUNS number, SAM Registration number, Federal CAGE code, general description of the company, how long the company has been in business and a description of similar contracts with the government and/or commercial customers (include points of contact, contract numbers, value and contract type). Additionally, request each submitter provide detailed responses to the attached sources sought questionnaire. Request respondents limit these answers to a total of no more than 5 pages.
The Launch Operations Support Contract (LOSC) provides maintenance, repair, and modernization services for aging facilities, property, and infrastructure-related support equipment that have a direct tie to operations. In addition to covering standard facility systems (HVAC, plumbing (domestic and sanitary), electrical, fire alarm/suppression, lightning protection, etc.) the contract also includes requirements for pressure vessel, crane/hoist, and elevator certification, as well as a robust corrosion control program. Operations support is provided on an as-needed basis for launches via running of generators at critical range sites and completing time-sensitive repairs during launch countdowns.
Note: It is the responsibility of all potential offerors to monitor these sites for release of any future synopses or solicitations. This RFI is not a commercial solicitation per FAR Part 12. The Government will not pay for any costs associated with providing this information. The Government reserves the right to consider a small business, 8(a) or any other set aside arrangement as deemed appropriate for this contemplated procurement. To be eligible for any future contract, prospective concerns must be registered in the Official U.S. Government website System for Awards Management (SAM.gov) and must accept payment via Electronic Funds Transfer (EFT). All packages must be submitted electronically to 30 CONS/PKD, Attention Katherine J. Williams, email katherine.williams.9@spaceforce.mil and Sabrina Swain, email sabrina.swain.1@spaceforce.mil.
Submit your responses via an Adobe PDF file or an MS Office electronic format. Text should be no smaller than 12-point font. Pages will be single spaced. Elaborate photos or graphic designs are not desired. E-mail submissions should not exceed 5 pages and only include non-executable attachments such as .doc or .pdf files.