Federal Contract Opportunity

Last Updated on 01 Jul 2025 at 8 PM
Sources Sought
Colorado springs Colorado

Government Open Astro Library (GOAL) and Sim-Over Live Virtual Environment (SOLVE) II (GOAL/SOLVE II)

Details

Solicitation ID FA2518GSII2026
Posted Date 01 Jul 2025 at 8 PM
Response Date 22 Jul 2025 at 10 PM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Fa2518 Ussf Spoc/saio
Agency Department Of Defense
Location Colorado springs Colorado United states 80912

Possible Bidders

Sign up to access Documents

Signup now

Private Industry,

This Request for Information (RFI) and Sources Sought (SS) for Space Operations Command Space Domain Awareness (SpOC/SDA) Government Open Astro Library (GOAL) and Sim-Over

Live Virtual Environment (SOLVE) II (GOAL/SOLVE II) is issued by the United States Space Force (SpOC), Space Acquisition and Integration Office (SAIO). This is not a Request for Proposal (RFP). No contract award will be made on the basis of any response(s) to this notice.

PURPOSE: The purpose of this notice is to conduct market research for an unrefined agency requirement and seek industry comments in response to the Draft Statement Of Objective (SOO) attached to better shape the requirement and the acquisition strategy. The results of this RFI/SS will be used as an effort to further define the requirement, obtain competition, identify qualified potential sources, and promote fair opportunity to the maximum extent practicable in accordance with (IAW) FAR 5.002 and FAR 16.505(b)(1)(i), FAR Part 19, FAR Part 10, FAR Part 6, FAR Part 5, and the Competition in Contracting Act (CICA), 41 U.S.C. 253.

SMALL BUSINESS SET-ASIDE: The contracting officer will use the responses received from this notice to determine if a small business set-aside is appropriate through beta.sam.gov, an indefinite-delivery/indefinite-quantity (IDIQ) government-wide contract vehicle (i.e. GSA OASIS, GSA HCaTS), or in another medium. The Contracting Officer must determine if there is a reasonable expectation of obtaining offers from two or more responsible small business concerns that are competitive in terms of market prices, quality, and delivery IAW FAR 19.502-2(b) and FAR 19.203 or an ability to meet 19.800(b) and FAR 19.800(d) as a competitive or sole source under the Small Business Administration’s 8(a) Business Development Program.  When responding as a small business, please also include any capabilities that will be performed through teaming arrangements (i.e. subcontracting and/or joint ventures). 

PARTIAL SMALL BUSINESS SET ASIDE: The contracting officer will use the responses received from this notice to determine if a small business partial set-aside is appropriate IAW FAR 19.502-3(a)(1)

UNRESTRICTED COMPETITION: Contracting officers shall provide for full and open competition/fair opportunity through use of the competitive procedure(s) that are best suited to the circumstances of the contract action and consistent with the need to fulfill the Government's requirements efficiently IAW FAR 6.101(b) and FAR 16.505(b). The contracting officer will use the responses received from this notice to determine if it is appropriate to either solicit as a small business set-aside or an unrestricted competition through beta.sam.gov or an indefinite-delivery/indefinite-quantity (IDIQ) government wide contract vehicle (i.e. GSA OASIS, GSA HCaTS).

PROCUREMENT HISTORY FOR SIMILAR SERVICES: 

FA254420C0001, RIM Technologies; CAGE/DUNS 6VWG6/ ED34S9LAVVU5; SB; NAICS 541511; FFP; 1 Jun 2020 – 20 May 2025; $1,328,491.40

DESCRIPTION OF SERVICES: SpOC CDO Enterprise Data Support

The contractor shall support the SpOC/ SDA in (1) Software Data Sprints  in support of research and development and analysis; (2) Data analysis to explore, examine, and create tools to support analysis, simulation and modeling; (3) Development of agile algorithmic solutions for data operations; (4) Evaluate and/or execute data governance and next generation data maturity models. The requirement focuses on the four primary objectives including Objective 1: Data Validation; Objective 2 – Enhanced SDA Analysis, Objective 3 – Continuous Delivery, and Objective 4 – Maintainability. Travel may be required across the United States.

PRIMARY PERFORMANCE LOCATIONS:

Peterson Space Force Base, Colorado 80914

ANTICIPATED NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS):

Current expectation is falling into 541511 Custom Computer Programming Services

ANTICIPATED PERIOD OF PERFORMANCE/CONTRACT TYPE: The anticipated contract will be a majority Fixed Fee contract towards labor. Period of Performance: Two (2) 12-month base periods and three (3) 12-month option periods. Clause 52.217-8, Option to Extend Services, will be included as well.

ANTICIPATED CONTRACT AWARD DATE: No Later Than 15 November 2025

INFORMATION REQUESTED: At a minimum, the interested company should provide complete/sufficient responses to the questions below. The Contracting Officer may deem incomplete/insufficient responses received from an interested company as a not capable company.

1. Company name, address, CAGE, DUNS, and point of contact to include telephone number and email address of your company.

2. Specify your business type (large business, small business, small disadvantaged business, 8(a) certified small disadvantaged business, HUBZone small business, woman-owned small business, veteran-owned small business, service-disabled veteran-owned small business based upon 541511 Custom Computer Programming Services, $34M.  Specify all that apply.

3. Provide any additional NAICS code and/or SBIRs/ GSA OASIS POOL/ Other GWAC with justification that you would recommend as being more applicable. Responses may be used to develop and/or determine which NAICS and possibly GWAC to be used and if small business prime and subcontracting opportunities exist for this requirement.

4. Statement of Objective (SOO) Review: The government requests that prospective companies review the SOO attachment and offer comments or suggestions, with specific references to the attachments (section, paragraph number, page number). Any changes to the Draft SOO will be at the discretion of the Contracting Officer.

5. Please identify which if any areas of the SOO you will utilize teaming partners and/or subcontractors to accomplish.

6. Capabilities. Please use a matrix to identify your capabilities to meet all areas of the SOO.  Provide information regarding your company's recent (within 5 years from date of this notice) and relevant capabilities to successfully perform this requirement. Relevancy includes the number of Full-Time-Equivalents (FTEs), contract value, and period of performance for the effort(s). You may include any government contracts (Federal, State, or local) and if possible private industry contracts you have been awarded for this type of requirement.  Identify if your company was the prime contractor or a subcontractor for these contracts.

7. Questions. Please answer the following questions:

a) Include if you have the interest and expectation to propose for the requirement in the future.

b) Towards SOO Section 5.0 Performance Objective, what would be the appropriate labor category or categories (i.e. Technical or Management) and expertise level (I, II, or III) to meet the agency needs. Include any required contracts that specify contractor training and certification requirements and what subsections would they be reflected towards?

c) Commerciality: Address if the requirement is commercial or non-commercial service. Please provide a supporting contract that was previously listed as commercial or non-commercial.

d) Government Furnished Property: Address any equipment expected to be provided by the government towards the performance of the requirement.

e) Contract Type: For the work described, what contract type (i.e. FFP, CPFF) would be most beneficial and why? What would be the best payment structure?

f) Executive, Administrative, Professional, Computer and Outside Sales Employees: For the work prescribed in the SOO, would any be considered “executive, administrative, professional, computer and outside sales employees” in accordance with 29 CFR 541? If so, which category, which PWS Section, and why?

g) Approved Accounting System: Please notify us if you have an approved accounting system allowing cost reimbursement type contracts.

h) Severability: Address if the requirement is a severable or non-severable service. Please provide a supporting contract that was previously listed as severable or non-severable.

i) Nondevelopmental: Address if there are requirements that are developmental or non-developmental items needed as part of the SOO. Please provide a supporting contract that was previously listed as developmental or non-developmental.

h) Facility Clearances: please provide your facility clearance level.

i) Security Clearances: What level of security clearances have you supported in the past? What number of clearances have you supported? Would you be able to support on day one of contract performance?

j) Supplier Performance Risk System (SPRS): Do you have Basic NIST SP 800- 171 Assessment in SPRS accomplished following clause 252.204-7020, NIST SP 800-171 DoD Assessment Requirements?

k) Would you need a transition period? If yes, how long? e.g.: 15 days / 30 days.

l) Proposal Timeline: State if your company can provide a proposal within 14 days of solicitation or requires at least 30 days. If you request longer than 30 days, what proposal time length would you request?

m) What should be the no later than date for you to provide the monthly status report? e.g.: 5 days / 10 days after the end of the performance month.

The Contracting Officer will review and consider all responses and/or questions received. However, it is at the Contracting Officer’s discretion to provide or not provide a written and/or verbal response to any questions received.

RESPONSES: All submissions for this notice shall be submitted via email to [email protected]. Submissions shall reference the proper subject – “RFI/SS Response for SpOC SDA Capability Enhancement Division” with company name.

Please, provide clear, concise, and complete answers via e-mail NO LATER THAN 4:00 pm MST on 22 July, 2025.

Similar Awards

Colorado springs Colorado Not Specified
Colorado springs Colorado Not Specified
Location Unknown 01 Nov 2017 at 7 PM
New york New york 22 Jun 2005 at 5 AM
New york New york 16 Sep 2008 at 5 PM