Federal Bid

Last Updated on 07 Jun 2013 at 8 AM
Special Notice
Colorado springs Colorado

Request for Information (RFI) for Air Force Satellite Control Network (AFSCN) Commercial Provisioning (CP) Concepts for Development Planning Directorate (SMC/XRD)

Solicitation ID TBD1
Posted Date 09 Apr 2013 at 10 PM
Archive Date 07 Jun 2013 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Not Specified
Agency Department Of Defense
Location Colorado springs Colorado United states 80914
Request for Information

The AFSCN, part of today's Air Force Space Command (AFSPC) satellite operations architecture, provides interoperable satellite tracking, telemetry and commanding (TT&C) for many missions and phases of space system lifecycle (routine, responsive, test and evaluation, launch, early orbit, anomaly, disposal). The AFSCN currently uses a number of world-wide systems to provide TT&C, ranging, anomaly resolution, and launch support to National Security Space users.

Space and Missile Systems Center (SMC) Development Planning Directorate (XR) is investigating commercial TT&C service providers. The goal is to understand how a commercial TT&C service provider might be used to reduce AFSCN Operations, Maintenance and Sustainment (OM&S) costs while enabling AFSPC to meet National Security Space objectives and Joint warfighter operational needs.

A future architecture concept would likely include a mix of AFSCN and commercial systems. This architecture could be implemented in the near term (2 to 5 years). The contractor response should describe your capabilities in the following areas of interest:

• Commercially available Satellite Operations (SATOPS) TT&C Services (current/projected)
• Current and proposed TT&C antenna locations with frequency bands, ground to space-link protocols, and performance (power and availability)
• Description of your scheduling, security, and command and control (C2) change process
• Information assurance & data protection standards, controls and physical protection
• Description of your user and system interfaces
• Business information
- Describe your commercial pricing options - current and/or projected
• Nominal contacts
• Near real time change requests
• Describe the structure of the contracts/service plans offered and billing cycles
- Business legal name and State of incorporation
- Corporate headquarters' physical address
- Pricing point of contact name, phone and facsimile number, and e-mail address
- Technical point of contact name, phone and facsimile number, and e-mail address
- Describe any trustees, proxy holders and outside directors of your company and their citizenship
The Government does not presently intend to award a contract, but wants to obtain price, delivery, other market information, and/or capabilities for planning purposes.
Response Information

This RFI is being conducted for information and planning purposes only. It does not constitute a request for proposal or a request for quote. Information contained in this RFI 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 recognize any cost associated with a submission in response. The information received will be considered for the purposes of market research.

This RFI is unrestricted and encourages responses from all responsible contractors independent of size. Additionally, responses from small business and small disadvantaged business firms are highly encouraged. Firms responding should indicate if they are a small business, a socially and economically disadvantaged business, 8(a) firms, historically black colleges or universities, and minority institutions. Small businesses are encouraged to form teaming arrangements. Please identify if teaming would be contemplated to meet this requirement. The North American Industry Classification System (NAICS) code for this effort is 517410 - Satellite Telecommunications. The Applicable Classification Code is "D304- Automatic Data Processing and Telecommunication Services". The small business size standard is $30 Million. RFI is due no later than (NLT) Thursday, 23 May 2013.

Information submitted in response to this RFI will enhance the Government's ability to acquire quality systems in the future and, therefore, will be used for planning purposes only. All material provided in response to this RFI shall be unclassified, non-confidential, and non-proprietary to the maximum extent practicable.

Interested sources providing confidential/proprietary information in response to this RFI shall separately and clearly identify and mark all confidential/proprietary information. The Government will take all necessary steps to protect/safeguard any confidential/proprietary information provided. The Government will NOT be responsible for any confidential/proprietary information not clearly marked.

All responses should be accomplished on company letterhead and limited to 10 pages. Page size shall be 8.5 x 11 inches, single-spaced with text no smaller than 11-point font size, Times New Roman. Margins shall be one-inch on all sides.

Any questions or technical inquiries should be submitted electronically to Mr. Jonathan Lee (Project Officer), including a cc copy to Ms. Tiffany Trotter and Lt. Chris Petrik. Company proprietary material should be properly marked.

SMC/XR plans to create a small team to review RFI responses. The government led team will include Aerospace (FFRDC) and System Engineering and Technical Assistance (SETA) contractors assigned to AFSPC, SMC, 50 SW and AFSCN user satellite representatives. The RFI team will sign government Non-Disclosure Agreements (NDA). If your RFI response requires you have a NDA from any of the review team members, contact Ms Tiffany Trotter via email by 1 May 2013. NDAs must be completed NLT Thursday, 23 May 2013.

Bid Protests Not Available

Similar Past Bids

Norfolk Virginia 09 Feb 2022 at 6 PM
Barnes Kansas 28 Oct 2011 at 2 PM
Denver Colorado 21 Jun 2021 at 11 PM
Louisiana 07 Aug 2020 at 4 AM
Columbus Ohio 02 Dec 2022 at 5 AM

Similar Opportunities

Johnston Iowa 10 Jul 2025 at 6 PM
Mather California 21 Jul 2025 at 5 PM
Arlington Virginia 10 Sep 2025 at 8 PM
Philadelphia Pennsylvania 28 Dec 2029 at 5 AM (estimated)