SOURCES SOUGHT
99 -- Operational Test and Training Infrastructure (OTTI) Integrated Program Office (IPO) Request for Information (RFI)
- Notice Date
- 4/29/2025 1:10:58 PM
- Notice Type
- Sources Sought
- NAICS
- 541715
— Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
- Contracting Office
- FA2553 OPRN TEST & TRG INFR OTTI PK PETERSON SFB CO 80914 USA
- ZIP Code
- 80914
- Solicitation Number
- FA2553-25-INFRA-RFI2
- Response Due
- 5/7/2025 4:00:00 PM
- Archive Date
- 05/22/2025
- Point of Contact
- Ashley Irizarry, Brittany Butler
- E-Mail Address
-
ashley.irizarry@spaceforce.mil, brittany.butler.5.ctr@spaceforce.mil
(ashley.irizarry@spaceforce.mil, brittany.butler.5.ctr@spaceforce.mil)
- Description
- **Extending out submission deadline to 7 April 2015. The Government intends to cancel or make a change to this RFI based on evolving Government requirements. Please check Sam.gov for future updates** 1.0 DESCRIPTION The United States Space Force (USSF) Operational Test and Training Infrastructure (OTTI) Integrated Program Office (IPO) is seeking information on how an interested vendor could provide supplies and services to develop, integrate, and operate infrastructure to support OTTI ranges. In support of this effort, the OTTI IPO is interested in gathering contact information from those capable of supporting requirements related to the infrastructure capabilities below. This RFI is focused only on gathering contact information from interested vendors, allowing the Government to determine a pool of vendors that may compete for classified efforts. The OTTI IPO is specifically interested in contractors that are capable of fulfilling the following infrastructure specific requirements to include, but are not limited to: Infrastructure Design: Development of a comprehensive design for the space test infrastructure, including the layout of facilities, modification specifications, required equipment and systems, and network infrastructure design. Facilities Development and Management: Procurement, modification and/or maintenance of the necessary facilities, including space test chambers, operation centers, storage areas, and government workspace. Network Infrastructure Development: Design, implementation, and maintenance of unclassified and classified network infrastructure, including servers, firewalls, and network monitoring tools to support data processing and dissemination, data control, and communication within the testing environment. Infrastructure Integration: Integration of the space test infrastructure, facilities, and network infrastructure, ensuring communication and coordination between the physical and digital components. Information Technology Infrastructure Services: Administration, management, cybersecurity, and protection of network infrastructure and data to include network hardware, storage, data management and platform services, security, and cloud-based services. THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. This RFI is issued solely for information and planning purposes (market research). This RFI does not constitute a solicitation (Request for Proposal (RFP) or Request for Quotation (RFQ)) or a promise to issue a solicitation in the future. This RFI does not commit the Government to contract for any supply or service whatsoever. Responses to this RFI are not offers and cannot be accepted by the Government to form a binding contract. Furthermore, the Government is not, at this time seeking proposals or technical responses and will not accept any unsolicited proposals. Respondents are advised that the Government will not pay for any information or administrative costs incurred in response to this RFI. All costs associated with responding to this RFI will be solely at the responding party�s expense. Not responding to this RFI will prevent the Government from contacting you if any future solicitation is issued. Any information submitted by respondents to this RFI is strictly voluntary. All submissions become Government property and will not be returned. Proprietary information will be safeguarded in accordance with the applicable Government regulations. Proprietary information or trade secrets shall be clearly identified. 2.0 REQUESTED INFORMATION The RFI responses must include the following: Company and Security Information Company name and Parent company, if applicable Business Address: Street, City, State, and Zip Code Commercial and Government Entity Code Unique Entity Code Company Socio-economic Status Points of Contact (POC) for a Technical POC and a Security POC POC�s Position, Telephone and Email address Submit a minimum facility clearance (FCL) of TOP SECRET with safeguarding at the TOP SECRET level at time of RFI submission One page (maximum) Statement of Capability (SOC) related to the specific requirements detailed in this RFI 3.0 REQUEST FOR INFORMATION SUBMISSION DETAILS All responsible sources may submit a response, which will be considered. Responses from small business and small, disadvantaged business firms are encouraged. The applicable North American Industry Classification System (NAICS) codes is 541715 with a size standard of 1,000 employees, respectively. If your company is interested only in subcontracting possibilities, please indicate this clearly in your submission. In order to review the response, PROPRIETARY information may be given to Federally Funded Research and Development Center (FFRDC), Systems Engineering and Technical Assistance (SETA) and/or Advisory and Assistance Services (A&AS) contractors working for the Government. Non-government support contractors listed below may be involved in the review of any responses submitted. These may include but are not limited to: The Aerospace Corporation (FFRDC), Tecolote Research Inc., Palski & Associates, MITRE, MIT/Lincoln Labs, Pacific Northwest National Laboratory, Galapagos Federal LLC, SAIC, Tyto Athene, ManTech International, Johns Hopkins University Applied Physics Laboratory (JHU/APL), Georgia Tech Research Institute (GTRI), Utah State University Space Dynamics Laboratory (USU/SDL), and Tech Solutions Inc. If Respondents disagree to the release of their RFI response to any of the firms listed above, the Respondent must clearly state this restriction in the cover letter accompanying the RFI responses. Foreign firms are advised that they will not be allowed to participate in this acquisition at the prime contractor level; however, provided they are eligible to do business with the US Government they may be eligible to participate at the subcontractor level. The research and test data produced under a resultant contract may contain Military Critical Technology List (MCTL) information whose export is restricted by Export Control Act (Title 22, U.S. Sec 2751, et seq.) or the Export Administration Act of 1979, as amended (Title 50, U.S.C., App. 2401, et seq.). Request certification and registration from the Defense Logistics Services Center (DLSC), Federal Center, 74 North Washington, Battle Creek, MI 49016-3412 as soon as possible. 4.0 SUBMITTAL INSTRUCTIONS Interested parties are invited to submit their point of contact information by 5:00 PM MST on 30 April 2025. The following shall be used in the email subject line: OTTI IPO Infrastructure POC Information. All responses shall be submitted via unclassified email to the Points of Contact identified below. All submissions shall include the requested information in paragraph 2. POC / Position Unclassified email Ashley Irizarry Contracting Officer ashley.irizarry@spaceforce.mil Brittany Butler Contract Specialist brittany.butler.5.ctr@spaceforce.mil Any questions related to this RFI shall be directed to both POCs below. Points of Contact Ashley Irizarry Contracting Officer ashley.irizarry@spaceforce.mil Brittany Butler Contract Specialist Brittany.butler.5.ctr@spaceforce.mil Reponses received after the due date may not be considered in the Government�s analyses. The Government may subsequently contact respondents for clarification on the information submitted. Oral communications are not permissible. No telephonic communications will be permitted.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/0f62e018c5bf44a687995333405faadd/view)
- Place of Performance
- Address: Colorado Springs, CO 80914, USA
- Zip Code: 80914
- Country: USA
- Zip Code: 80914
- Record
- SN07425483-F 20250501/250429230057 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |