Space Eletronic Warfare II

The US Space Force, Space Operations Command has a requirement for Space Electronic Warfare II (SEW II) Advisory and Assistance Services.

Solicitation Summary

The US Space Force, Space Operations Command has a requirement for Space Electronic Warfare II (SEW II) Advisory and Assistance Services.

Solicitation in a Nutshell

Item

Details

Agency US Space Force, Space Operations Command
Solicitation Number RFQ1738000
Status Post-RFP
Solicitation Date 12/23/2024
Award Date 04/2025 (Estimate)
Contract Ceiling Value $22,812,000
Contract Vehicle ONE ACQUISITION SOLUTION FOR INTEGRATED SERVICES SMALL BUSINESS
Competition Type Service Disabled Veteran Owned Small Business
Type of Award  Task / Delivery Order
Primary Requirement Engineering, Scientific and Technical Services
Duration 1 year(s) base plus 4 x 1 year(s) option(s)
Contract Type  Task Order
No. of Expected Awards N/A
NAICS Code(s):
541330

Engineering Services
Size Standard: $25.5 million annual receipts except $47.0 million annual receipts for Military and Aerospace Equipment and Military Weapons and Contracts and Subcontracts for Engineering Services Awarded Under the National Energy Policy of 1992 and Marine

Place of Performance:
  • Colorado Springs, Colorado, United States
Opportunity Website: https://sam.gov/opp/4a8dca8c87904f2b8f17c44b8ec4328a/view

Background

HQ SpOC S3/6W is the Office of Primary Responsibility (OPR) for USSF SEW mission area operations. The SEW mission area ensures the freedom of operations within and throughout the space medium, while denying its use to adversaries and is dependent on inputs from Space Domain Awareness (SDA) and Command and Control (C2), which may contribute to SEW. HQ SpOC S3/6W provides guidance for all USSF space operations including SEW, C2, and ISR operations. SEW includes defensive and offensive operations. Both defensive and offensive operations are dependent on robust SDA and are conducted across the tactical, operational, and strategic levels of war by the entire joint force (air, space, land, maritime, and special operations forces). SEW operations include: protective and defensive measures to ensure friendly forces can continuously conduct space operations across the entire spectrum of conflict; and operations to deceive, disrupt, deny, degrade, or destroy adversary space capabilities.

Requirements

Advisory and assistance services for architectural development, requirement development, technical/logistics support, system analysis, Intelligence Surveillance and Reconnaissance (ISR) and programmatic, protection, analytical, communication, and staffing support. Services support Organizing, Training, and Equipping functions for Space Electromagnetic Warfare (SEW) forces to perform USSF missions. This includes Program of Record (PoR) / prototypes facilitation and support, problem resolution, planning, and staffing processes required to support mission objectives. This Task Order (TO) is for non-personal services.

This TO supports a broad range of HQ SpOC Generate, Present, and Sustain, functions with an emphasis on individual Directorate and Mission Area Team (MAT) roles throughout the program lifecycle for SEW mission area weapon systems. The program lifecycle is described in United States Space Force Instruction (USSFI) 10-605, Operational Acceptance Process. The USSFI outlines the Operational Transition Process necessary for the operational acceptance of USSF systems. It assigns the roles and responsibilities of the acquirers, operators, and maintainers and describes the overall processes to transition new capabilities or modification of fielded systems providing space capabilities from acquisition to operations through disposition. This contract also supports the Integrated Planning Process (IPP), corporate process, and Science and Technology (S&T). Work ranges from unclassified to Special Access Program (SAP)/Special Access Required (SAR). Contractor personnel must meet eligibility requirements In Accordance With (IAW) current Department of Defense Manuals (DoDM); (the Air Force has not yet published supplemental guidance to current Program Security manuals). The Contractor shall provide a life-cycle support approach for:

  • Space Superiority Planning (near, mid, and long range) to include strategic master plan, mission area intelligence, planning, roadmaps, investment strategies, and Program Objective Memorandum (POM);
  •  Force Development Concepts; Operating, Functional, and System;
  • SEW operations and capabilities-based requirements identification;
  • SEW Joint mission integration with other Services;
  • Assessing military effectiveness and utility of SEW operations;
  • Protecting and managing risk to critical Space capabilities related information;
  • Critical Asset Risk Management (CARM) Program for current and future systems;
  • Integrating Program Protection Processes for future acquisitions;
  • SEW acquisition test and training support;
  • HQ SpOC Field Command guidance development and review for Space programs;
  • Intelligence, Operational, Logistical, Requirements, and Communications support to Quick Reaction Capabilities and programmed and operational Space capabilities and systems;
  • Coordination and integration with internal and external Mission partners and Joint Community;
  • Support the Space Electromagnetic Warfare (SEW) Integrated Planning Process (IPP)

HQ SpOC also requires specialized support and expertise to successfully contribute to, adhere to, and implement Department of Defense (DoD) and higher Space Force (SF) direction regarding space capabilities to integrate space capabilities across the SF in support of Combatant Commands and the joint warfighter.

In no instance shall the Contractor be responsible for any action deemed “Inherently Governmental” such as authorizing the expenditure of Government funds. In all cases, Government personnel assigned to the HQ SpOC DCG-O/S3/6W will be responsible to execute these actions. All request-for-information (RFI), courses of action (COA), technical data changes, architecture products, protection strategies, risk assessments, mitigation recommendations, classification guides, reports, briefings, policies, comments, recommendations, analyses, assessments, requirements, or plans that are developed, analyzed, reviewed, created, and submitted will be studied and approved by a Government entity.

How can GDIC Help?

As a consulting firm that specializes in helping companies prepare winning proposals for government contracts, GDIC can provide a wide range of services to help offerors prepare their C2E proposal, including capture management, proposal writing, proposal management, and proposal review. GDIC can also provide training and support to help offerors understand the technical and administrative requirements outlined in the solicitation, and can provide guidance on how to structure the proposal to maximize its chances of success.

Our business development and proposal professionals have several decades of experience and expertise in construction proposals and contracts for government. By working with GDIC, offerors can increase their chances of winning the C2E contract and can position themselves for long-term success in the federal marketplace.