Skip to main content

An official website of the United States government

You have 2 new alerts

Air Surveillance for Western Range Space Launch Support

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: Sources Sought (Original)
  • Original Published Date: Jan 31, 2025 11:18 am PST
  • Original Response Date: Feb 07, 2025 04:00 pm PST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Feb 22, 2025
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
  • Place of Performance:
    CA 93437
    USA

Description

THIS IS A SOURCES SOUGHT ANNOUNCEMENT ONLY. The 30th Contracting Squadron is conducting market research to determine interest and capability of potential sources. This notice does not constitute a commitment by the Government. All information submitted in response to this announcement is voluntary, and the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government.

The 2nd Range Operations Squadron (2ROPS)/Western Range (WR) requires the capability to obtain aircraft surveillance support services in the event of an emergency or non-availability of exiting aircraft to support its operations. These services include weather surveillance, onshore and offshore range clearance, and security in support of Space Launch efforts.

The North American Industry Classification System (NAICS) Code is anticipated to be 488190: Other Support Activities for Air Transportation. The applicable business size standard is $40,000,000.

Interested parties are requested to address the questions in Attachment 2 - Market Research Questionnaire. Respondents are also encouraged to submit information regarding commercial practices that the Government should consider implementing for this acquisition.

As noted in the Market Research Questionnaire, the Government requests interested parties submit a brief description of capabilities, anticipated teaming arrangements, and a description of similar services offered to the Government and to commercial customers. Any responses involving teaming arrangements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners. All information received in response to this announcement that is marked "Proprietary" will be handled accordingly. Responses will not be returned. Please limit your response to no more than five (5) pages inclusive of the Market Research Questionnaire.

This Sources Sought Announcement is solely for informational and planning purposes only and is not a solicitation or Request for Quote. Please send Attachment 2 responses to: Contract Specialist, jeffrey.weeks.5@spaceforce.mil and Contracting Officer, james.hluska@spaceforce.mil@spaceforce.mil no later than 4:00 P.M. PST on February 7, 2025.

Contact Information

Primary Point of Contact

Secondary Point of Contact

History