Skip to main content

An official website of the United States government

You have 2 new alerts

L-band Services - LTAC and LAISR Blanket Purchase Agreement (BPA)

info alert

Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Presolicitation (Updated)
  • Updated Published Date: Jan 29, 2025 04:37 pm EST
  • Original Published Date:
  • Requirements Strategy:
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date: Mar 15, 2025
  • Original Inactive Date:
  • Authority:
  • Fair Opportunity / Limited Sources Justification Authority:
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
  • Place of Performance:
    N/A
    AX1

Description

The Government is seeking industry feedback, recommendations, and best practices during the market intelligence phase of this effort. Please DO NOT provide generic capability statements; they will be deleted. The Government is seeking well defined responses with supporting documentation to assist with developing the acquisition strategy. All responses must be submitted via email to the contacts identified below. This is for informational purposes only and the Government will not be obligated to award to any interested vendors that present information in response to this RFI/ Sources Sought. The Government plans to issue a solicitation no later than TBD for this requirement.

 ***All information provided is optional; however, it will be used to assist the Government in determining its acquisition strategy***

Description(s):

This objective of this effort is to create a contract vehicle that provides the United States military and other partners access to Global L-band “LTAC” and “LAISR” managed services. The United States Space Force (USSF) Space Systems Command (SSC) Commercial Satellite Communications (COMSATCOM) Office (CSCO) is seeking sources capable of supporting a Blanket Purchase Agreement (BPA) for these services in support of Department of Defense (DoD) and Federal Agencies.

Requested Information:

1. Requirements are outlined in the attached draft Performance Work Statement (PWS). Please review the draft PWS. The Government requests that you provide feedback, comments, concerns, or questions. Please utilize the provided Comment Resolution Matrix. Should the Comment Resolution Matrix format not provide sufficient capability for response, please provide additional information in a separate document as detailed in the “Response Guidelines” section below.

2. Provide a sample notional diagram depicting an end-to-end LAISR link

3. Indicate what prior experience you have regarding efforts that are similar in nature & scope, to include details regarding whether the services were for DoD and the type of contracting vehicle used.

In addition to providing information and comments on the above requested items, interested vendors are asked to submit the following information:

  1. Vendor Information Requested
    1. Name of Business and address
    2. Cage Code
    3. Business Type SB/Large
    4. Data Universal Numbering System (DUNS) Number
    5. POC: Name/Phone number/email
    6. Web Page URL
    7. Size of Business relative to North American Industry Classification System (NAICS) Code (Small Business Size Standard employees or less), and the socioeconomic category of your company, if applicable
    8. United States (U.S.) or Foreign Owned Entity
    9. Please indicate whether your interest is as a prime contractor or as a subcontractor

All responses shall be submitted no later than Friday, February 28, 2025, by 3:30 PM Eastern Standard Time (EST).

Please submit your response to the following individuals (include all):

Ms. Anar Wagner, Contracting Officer / Email - anar.wagner@spaceforce.mil

Mr. Orlando Holloway, Contract Specialist / Email - orlando.holloway3@spaceforce.mil

Questions regarding this announcement shall be submitted in writing by email to the contacts above. Verbal questions will NOT be accepted. Answers to questions will be posted to SAM.gov and GSA. The Government does not guarantee that questions received after Tuesday, February 18, 2025, by 3:30 PM EST will be answered.

Response Guidelines:

Interested vendors are requested to respond to this Sources Sought via the comment resolution matrix and/or must be readable by Microsoft Office or Adobe software.  Submissions cannot exceed 4 pages, single-spaced, 12-point type with at least one-inch margins on 8 1/2” X 11” page size. The response should not exceed a 5 MB e-mail limit for all items associated with the Sources Sought announcement. Responses must specifically describe the contractor’s capabilities outlined in this Sources Sought. Oral communications are not permissible. SAM.gov and GSA will be the repository for all information related to this Sources Sought announcement.

Proprietary Information Notification

Proprietary information and trade secrets, if any, must be clearly marked on all materials. All information received that is marked Proprietary will be handled accordingly. Please be advised that all submissions become Government property and will not be returned. All government and contractor personnel reviewing submitted responses will have signed non-disclosure agreements and understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information as described 41 USC 423. The Government shall not be held liable for any damages incurred if proprietary information is not properly identified.

Upon conclusion of market research efforts, the Government anticipates releasing a formal solicitation for this effort. Should you have any questions please reach out to the individuals above.

                                                                                

Contact Information

Primary Point of Contact

Secondary Point of Contact

History