Opportunity Details


Acquisition Status
Awarded
Customer Office
AIR FORCE: AFSPC: AFSPC HQ: SIDC XR
Contracting Office
USSF: USSF HQ: USSF Staff: FA2518 USSF SPOC SAM-D CONTRACTING
Contract Duration
7 Yr. Total - 5 Yr. Base & 2 x 1 Yr. Option Period(s) Exclusive Intel
Est. Award Value
$350,000,000.00 Exclusive Intel
Contract Types
ORDER DEPENDENT Exclusive Intel
Evaluation Criteria
Unknown Exclusive Intel
Key Dates
Request a demo and we’ll show you what you’re missing.
No commitments, we promise.
Contract Vehicle
III 3IS
Award Type
IDIQ
Set Aside
8a
Expand +

Incumbent Analytics

  • GEMINI TECHNICAL SOLUTIONS JV, LLC

Funding Transaction Details
Modification Description Modification Reason Effective Date End Date Funding Obligated
Lorem ipsum dolor sit amet 3/1/2018 3/7/2020 181,212
Expand +

C2P Analyst Updates


Date 
Description
12/26/2019

THIS IS A SOURCES SOUGHT REQUEST FOR INFORMATION (RFI) ONLY. 

This RFI is issued solely to determine potential sources for information and planning purposes – it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future.  This RFI should not be construed as a commitment by the Government for any purpose other than to gain the information requested for market research.  The Government is not at this time seeking proposals and will not accept unsolicited proposals.

Respondees are advised that the Government will not pay for any information or administrative costs incurred in response to this RFI.  Not responding to this RFI does not preclude participation in any potential future RFP.  However, your insights will inform us about your interests and provide us valuable industry perspectives we will consider as the acquisition moves forward.  Our survey is NOT intended to pre- or disqualify potential participation in the acquisition.  Rather, your participation will assist us in crafting a well-informed solicitation/contract that makes sense to industry.  Submitted information shall be UNCLASSIFIED.  If a solicitation is released, it will be synopsized on the Contracting Opportunities website (https://beta.sam.gov).  It is the responsibility of potential offerors to monitor this site for additional information pertaining to this requirement.

The purpose of this notice is to conduct market research, a continuous process for collecting and analyzing information about capabilities within the market to satisfy agency needs.  The acquisition strategy has not yet been determined and market research results will assist the Air Force in determining the direction any acquisition will take. 

Historically, this has been an 8(a) set-aside and it is expected that it will remain an 8(a) set-aside.  All 8(a) businesses capable of providing these services and meeting the security requirements are encouraged to respond.  Respondents to this notice must indicate whether they qualify as an 8(a) business under  NAICS code 541715 – Research and Development in the Physical, Engineering, and Life Sciences (size standard 1000 employees).

The market research results will assist the Government in making a determination regarding whether to set aside any resulting procurement for 8(a) businesses.  Based on the results of market research, the Government reserves the right to set aside this requirement for 8(a) businesses.

Background of Current Effort:

Period of Performance: 5-year ordering period – 1 Jul 17 to 30 Jun 22

Set Aside:  Competitive 8(a) set-aside

Security Requirements:  Approximately 5% Secret; 95% Top Secret

Current Contract Cost: $150 million ceiling

Current Contract Type:  IDIQ with CPFF, FFP and CR ODC CLINs

1/31/2020
2/1/2020

Ready to win?

Request a demo and we’ll show you what you’re missing.
No commitments, we promise.

Request Demo
Expand +