The RFP Database
New business relationships start here

Space Warfare Preparation Center (SWPC) Interim Capability


California, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

I.            This is a Request for Information (RFI) for planning purposes only. The Space and Missile Systems Center, Space Superiority Systems Directorate (SMC/SY), Space Situational Awareness/Battle Management Command & Control (SSA/BMC2) Program Office is seeking information on industry ability related to the following:


The development and operation of a Space Warfare Preparation Center (SWPC).


See Section III of this document for specific details regarding information sought under this RFI.


II.           PROGRAM OVERVIEW 


The Air Combat Command (ACC)/US Air Force (USAF) Warfare Center/505 Command & Control Wing/OL-A, 705th Combat Training Squadron (705 CTS)/ Distributed Mission Operations Center - Space (DMOC-S), Schriever AFB, currently performs SPACE FLAG (SF) support and advanced space training in conjunction with AFSPC/A2/3/6TE (Training, Test & Exercises) and SMC/RN (Space Training Acquisition Office).


III.          INFORMATION SOUGHT 


This RFI seeks information on industry ability clearly describing the concepts, facilities, hardware, software, security, and ramp-up efforts for the development and operation of a Space Warfare Preparation Center (SWPC) in support of Air Force Space Command and DMOC-S.  The SWPC will perform two primary functions: 1) Space Flag (SF) and other exercise support and 2) advanced space training.  If you are interested, please reach out to BOTH Doreen Grosvirt-Dramen and Daryl Magdangal to obtain "Attachment 1" for detailed requirements.


Response Requirements:


The Government requests the responses be submitted in a PowerPoint presentation (in Portable Document Format (PDF)).   Responses must include a cover letter (see Section IV) with all submittals. PowerPoint presentations are limited to no more than twenty (20) slides total.


IV.         FORMAT OF RESPONSES


Please provide your unclassified response on company letterhead to the Primary and Secondary POCs, Ms. Doreen Grosvirt-Dramen & Mr. Daryl Magdangal, listed in this RFI.  Responses containing classified information will not be accepted.  Responses shall be received in writing no later than 2:00 PM on 11 January 2019 (Pacific Standard Time).  Responses shall be in PDF format and include a cover letter with the following information:


1.           Title and reference number


2.           Submitter's Name and Parent Company, if applicable


3.           Mailing Address: Street Address, City, State, NINE-Digit zip code


4.           Commercial and Government Entity (CAGE) Code


5.           Data Universal Numbering System (DUNS) Identification Number


6.           Business Size and socio-economic sub-category, if applicable


7.           Points of Contact (POC) for Technical and Contracting representatives, including name, telephone number, and email address


8.           The cover letter must be signed and dated by an authorized representative of the organization 


Interested parties must ensure that any proprietary information is clearly identified in briefing materials and during discussions. The Government will take all necessary steps to protect and safeguard any confidential/proprietary information provided. The Government will NOT be held responsible for any proprietary information not clearly marked.


V.           SMALL BUSINESS CONSIDERATION


Participation from small and small disadvantaged businesses is encouraged. The size standard for NAICS code 611430 is $11M. SMC's Small Business points of contact are Mr. Willard Strozier and Ms. Audrey Campbell. They can be reached at smallbus@us.af.mil or by phone at (310) 653-1108.


VI.         DISCLAIMERS AND NOTES


The information provided may or may not result in further action.  The Government does not intend to award a contract on the basis of this request or to otherwise pay for the information requested.  The Air Force will not be obligated to pursue any particular acquisition alternative as a result of this RFI notice. Responses will not be returned. Not responding to this RFI notice does not preclude participation in any future solicitation, if one is issued.


Foreign or foreign-owned respondents are not eligible for participation on this RFI notice. Research in these areas is limited to "U.S. persons" as defined in the International Traffic in Arms Regulations (ITAR), 22 CFR §1201.1.


The Air Force has entered into contracts with The Aerospace Corporation, MITRE, LinQuest Corporation, AT&T Government Solutions, Inc., SAIC, Tecolote Research, Tech7 Consulting, and Booz Allen Hamilton. These companies support the Air Force program office by performing technical reviews, systems engineering and integration analyses, cost estimation, and other advisory services. Respondents are hereby notified that all responses will be provided to our support contractors for their services to the U.S. Air   Force. If respondent disagrees with the release of its response to any of the aforementioned firms, respondent must clearly state this restriction and provide their rationale in the cover letter accompanying the response.


Doreen Grosvirt-Dramen, Contracting Officer, Email doreen.grosvirt-dramen@us.af.mil - Daryl Magdangal, Contract Specialist, Email Daryl.Magdangal@us.af.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP