Federal Bid

Last Updated on 28 Aug 2020 at 4 PM
Special Notice
El segundo California

SMC/SP Special Programs, Space Systems Engineering University Affiliated Research Center (UARC) IDIQ Contract-Notice of Contract Action (NOCA)

Solicitation ID FA8819-18-D-0009
Posted Date 28 Aug 2020 at 4 PM
Archive Date 18 Sep 2020 at 4 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Fa8819 Space Superiority Sys Pks
Agency Department Of Defense
Location El segundo California United states 90245

UPDATE: The ceiling will be increased by $300M not $186M as stated in the notice below.  The August update of this notice should have reflected the updated information, but beta.sam.gov appears to have only included the original posting.  We apologize for the confusion.

The Space and Missile Systems Center (SMC) Special Programs Directorate (SP) intends to increase the ceiling of the sole-source Indefinite Delivery/Indefinite Quantity (IDIQ) contract to Johns Hopkins University Applied Physics Laboratory (JHU/APL) for Space Control, Space Systems Engineering support. This contemplated action would increase the current contract ceiling by $150M, from $186M to $336M, without change to the current ordering and performance periods. 

This IDIQ (FA8819-18-D-0009) was awarded as a single award IDIQ in 2018 pursuant to FAR 6.302-3(a)(2)(ii) and 10 U.S.C. 2304 (c)(3)(B) to maintain an essential engineering, research, or development capability  provided by an educational institution.  JHU/APL is a University Affiliated Research Center (UARC) under contract with the Department of the Navy.  A UARC is a strategic United States Department of Defense (DoD) research center associated with a university.  UARCs were formally established by the Director of Defense Research and Engineering (DDR&E), Office of the Secretary of Defense, to ensure that essential engineering and technology capabilities of particular importance to the DoD are maintained.  These not-for-profit organizations maintain essential research, development and engineering “core” capabilities; maintain long-term strategic relationships with their DoD sponsors; and operate in the public interest, free from real or perceived conflicts of interest.  The JHU, as a UARC, may not compete against industry in response to competitive Requests for Proposal for development or production that involve engineering expertise developed or sustained through this contract in accordance with statute 10 U.S.C. 2304(c)(3)(B).

JHU/APL’s core engineering, research, and development competencies include:

  • Space Science and Engineering
  • Strategic Systems Test and Evaluation
  • Simulation, Modeling, and Operations Analysis
  • Mission-Related Research and Development
  • Information Technology (C4ISR/IW)
  • Combat & Guided Missile Systems
  • Theater Air Defense
  • Submarine Security and Survivability

Under this contract, the contractor will continue to provide SMC/SP with science applications, engineering, analysis, design, and development support to space control mission areas.  In their role as a trusted agent to the Government, the contractor will assist the Government in the evaluation and development of new technologies, the performance of risk reduction efforts, the design, development, fielding, and sustaining engineering of operational demonstrations/systems.  The contractor will also augment their own internal capabilities in productive and synergistic ways by employing essential capabilities in space systems engineering and applied science in the broadest and most flexible manner.   Therefore, the contractor must be free from Organization Conflict of Interest (OCI) issues stemming from competition with industry and the handling of third-party proprietary data.

This contract will support the analysis of systems, capabilities, and concepts within the Space Control mission areas of Counterspace (CS) and Space Domain Awareness (SDA) as well as Battlespace Management Command and Control (BMC2).  This contract will ensure maximum leverage of developed capabilities, consistency in assessment approach, long-term continuity, and short-term responsiveness to requirements for critical analysis that refines and expands upon JHU/APLs work performed to date.  In addition to program support via papers and studies, ongoing support includes the development of an “end-to-end” Integrated SDA (ISDA) system modeling and simulation capability. This contract will enable the Government to efficiently ensure the mission areas are fully integrated.

The contractor will assist the government in following areas:

(i) Studies, Assessments, and Analysis – The Contractor will assist the Government with technical assessments, systems & program integration on the emerging pace protection mission area. The Contractor will provide Subject Matter Experts (SMEs) for requirements and capabilities studies, intelligence and physical analysis of vulnerabilities (attack modalities) of spacecraft systems, sensors, and ground systems, as well as cyberspace and information assurance domains.

(ii) Systems Engineering & Technical Assessments – The Contractor will provide systems engineering and technical assessments providing, but not limited to, the following capabilities:

a. Program/System Integration

b. Subject-matter expertise

c. Specification Development

d. Technology Solution Identification

(iii) Concept Development – The Contractor will assist the Government with concept development in the emerging space protection mission area. Subject areas will include:

a. Future space mission planning

b. System design and associated architectures

c. Strategy

d. TTP development

e. Technology maturation

f. Requirements development support

(iv) Modeling and Simulation – The contractor will provide simulation and modeling of selected concept designs across all disciplines of space systems. This includes, but is not limited to, space phenomenology, cyberspace, threat analysis/effects, space segment performance, operations, ground segment interfaces, terrestrial systems and their implications, cross-mission CONOPS, and enterprise-wide mission capability sustainment to include US government assets, civil/commercial assets, and foreign assets.

(v) Prototyping – The Contractor will provide prototyping as required.  Prototype is an original hardware or software, model, form, or instance that serves as a basis for other processes. For software technology, a prototype is a working example through which a new model or a new version of an existing product can be derived. For hardware technology, a prototype is a model suitable for evaluation of design, performance, and production potential.

(vi) Sustainment Engineering – The Contractor will provide Pre-launch and Post-launch support as required. 

Pre-launch support tasks will include but are not limited to:

a. Providing pre-launch planning

b. Refining CONOPs

c. Supporting integration of protection technologies onto host vehicle(s)

d. Testing and mission rehearsals

e. Developing data acquisition/analysis/reporting tools

Post-launch support tasks will include but are not limited to:

a. Providing technical support at the test location

b. Downloading and analyzing data

c. Completing report documentation

All interested parties that meet the requirements of this posting can submit a written Statement of Capability (SOC) no longer than 10 pages and containing the following information: technical description of the company’s experience and knowledge of Air Force Space Command space control systems, Concept of Operations (CONOPS), and architecture; description of facilities and equipment intended for use in support of this effort; proof of security clearances of key personnel for government evaluation; and an OCI strategy to maintain an OCI-free environment.  In addition, the SOC should include a plan to ensure separation of contractors’ proprietary data.  Interested parties must have experience with analysis of Air Force Space Command military systems and capabilities, to include development of analysis software and tools, and must have detailed knowledge of Air Force Space Command space control systems, capabilities, and their operations across all mission areas (OCS/DCS/SSA/BMC2).  They must also have knowledge of the intelligence community processes, systems, capabilities, operations.  To mitigate schedule risks, interested parties must have strong experience with ongoing efforts and developments in space control and must be ready to initiate or continue analysis and products immediately upon contract award. 

All interested UARCs must be cleared to handle government equipment and information up to, and including Top Secret (TS), Sensitive Compartmented Information (SCI), and Special Access Requirements, and have personnel with a current Top Secret/Single Scope Background Investigation (TS/SSBI).   All interested parties must also maintain a current TS - SCI accredited Secure Compartmented Information Facility (SCIF).  All UARCs must be capable to support operations pertaining to the description of services at the time of submitting SOC’s. 

Send Statements of Capability (SOC) to the points of contact identified in this posting.  Submittals that contain classified materials must be coordinated with either the primary or secondary points of contact.  No contract award will be made on the basis of SOCs received in response to this notice.  The Government will not reimburse you for any costs associated with preparing or disseminating a statement of capabilities.  A determination by the Government to compete the proposed contract action based on any responses to this notice is solely within the discretion of the Government.

BE ADVISED: An Ombudsman has been appointed to hear concerns from potential offerors. The purpose of the Ombudsman is to receive and communicate concerns from potential offerors when an offeror prefers not to use established channels to communicate his/her concern. The Ombudsman will communicate certain offeror issues, disagreements, and recommendations on this proposed acquisition into the proper channels. The Ombudsman's role is not to diminish the authority of the program director or the contracting officer but to advocate an offeror's concern on a non-attribution basis. The Ombudsman will maintain strict confidentiality as to the source of the concern when requested by the offeror. The Ombudsman will not participate in the evaluation of SOCs. The Ombudsman is Colonel Trent Tuthill, (310) 653-1786, [email protected], Address: SMC/PK Attn: Col Trent Tuthill, 483 N. Aviation Blvd, Los Angeles AFB, CA 90245-2808.  SMC Alternative Ombudsman is Ms Melissa Duong, (310) 653-1792, [email protected], SMC/PKF:  Attn: Ms Melissa Duong, 483 N. Aviation Blvd, Los Angeles AFB, CA 90245-2808.  Routine questions, such as clarifications, are not considered to be "significant concerns" and should be communicated directly to points of contact identified in this posting.

Bid Protests Not Available

Similar Past Bids

Location Unknown 03 Sep 2009 at 1 PM
Location Unknown 03 Mar 2008 at 5 AM
Springfield Virginia 24 Oct 2023 at 12 PM
Ridgecrest California 30 Aug 2022 at 10 PM
Location Unknown 13 Sep 2002 at 5 AM

Similar Opportunities

Ridgecrest California 11 Jan 2025 at 5 AM (estimated)
Falls church Virginia 02 May 2024 at 4 PM