Skip to main content

An official website of the United States government

You have 2 new alerts

RFI Resilient Missile Warning/Missile Tracking Medium Earth Orbit Epoch 2

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: Mar 31, 2023 12:39 pm PDT
  • Original Response Date: May 16, 2023 05:00 pm PDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: AC13 - NATIONAL DEFENSE R&D SERVICES; DEPARTMENT OF DEFENSE - MILITARY; EXPERIMENTAL DEVELOPMENT
  • NAICS Code:
    • 541715 - Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
  • Place of Performance:
    El Segundo , CA 90245
    USA

Description

Description 

Space Systems Command (SSC) Resilient Missile Warning/Missile Tracking (MW/MT) Medium Earth Orbit (MEO) Epoch 2 RFI 

SSC requests industry feedback on a Resilient MW/MT MEO layer Epoch 2 architecture that will support future Missile Warning, Tracking, and Defense (MWTD) capabilities.  The Government is seeking this industry feedback to ultimately inform the MEO Epoch 2 acquisition strategy and technical approach.  The MEO MW/MT architecture will be incrementally developed in capability-based deliveries called Epochs.  Each Epoch is expected to include at least one competitive award and allows for insertion of new technology, innovative solutions, and progressive or updated warfighter requirements to ultimately meet future capability needs.  This RFI requests industry feedback and approaches to three different elements to support delivering a MEO MW/MT Epoch 2 capability in the future: 

  • General approach to the system acquisition

  • Space Segment 

  • Integrated MEO Ground segment 

Contract Type 

The Government is considering multiple contract types for this acquisition and request industry feedback to better inform our acquisition strategy. If responders have any input on which contract type would provide the optimal outcome, it is welcome within the responses to this RFI. Please include the identified recommended contract type (to include incentive type as needed) and a short explanation. 

Small Business Consideration

The North American Industry Classification System (NAICS) code for this effort is 541715 - Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology). The small business size standard is 1000 employees. Participation from small and small disadvantaged businesses is encouraged.  SSC's Small Business points of contact can be reached at smallbus@us.af.mil or by phone at (310)-653-1108. 

Small Business Opportunities

The Government would like to encourage small business participation in the performance of this effort and request insight into how your company would incentivize Small Business participation. 

A. Provide an assessment of potential subcontracting opportunities.  

B. Do you have any recommendations to increase small business participation under this effort? 

C. Is there a more appropriate NAICS code to advertise this effort in order to maximum   
competition to industry? 

Instructions to Responders

Responders are encouraged to respond to one or more of the above elements. 

The full RFI details are in a Controlled Unclassified Information (CUI) document.  To receive the full CUI RFI and additional supporting documentation, please send an email to the primary and secondary Government POCs with the subject line “MEO Epoch 2 RFI Request – (company name)”.   

Include your organization’s pertinent information below: 

• Submitter's Name and Parent Company, if applicable 

• Mailing Address/Facility:  Street Address, City, State, NINE-Digit zip code 

• Commercial and Government Entity (CAGE) Code 

• Unique Entity Identification 

• Point of Contact (POC) 

• POC Telephone number and email address 

CUI information can/will only be sent to company POCs listed in SAM.Gov database.  To receive the classified supporting documents, please include in the response a SIPR or JWICS (or comparable) email address where these documents can be sent.  Requesting organizations must possess a facility clearance of at least SECRET. 

Format For Response

SSC will endeavor to respond to all requests in the order that they are received.  All email responses to this RFI must include the subject line "MEO Epoch 2 RFI – (company name)". All CUI and/or classified responses to this RFI should be provided as instructed in the CUI RFI. Contact the POCs identified below for more information. 

Any information submitted by respondents to this RFI is strictly voluntary.  Please provide your response on company letterhead to the Points of Contact (POC) identified below in this RFI.  SSC requests that all responses to this RFI be provided as instructed in the CUI RFI no later than 1700, May 16, 2023, PDT.  

Primary RFI POC: Maj Aaron Rhoads – aaron.rhoads@spaceforce.mil 

Secondary POCs: Lt Rachel Jung – rachel.jung@spaceforce.mil & Jasen Williams jasen.williams.1@spaceforce.mil 

DISCLAIMERS AND NOTES 

THIS IS A REQUEST FOR INFORMATION (RFI) ONLY.  This RFI is issued solely 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 request for information does not commit the Government to contract for any supply or service whatsoever.  Further, the Government is not at this time seeking proposals and will not accept unsolicited proposals.  Responders are advised that the U.S. 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 interested party’s expense.  Not responding to this RFI does not preclude participation in any future RFP, if any is issued.  The Government will acknowledge receipt of all submissions but is under no obligation to provide feedback. 

All information in response to this RFI that is marked proprietary will be handled accordingly. The Government shall not be liable for or suffer any consequential damages for any proprietary information not properly identified. Proprietary information will be safeguarded in accordance with applicable regulations. 

SSC has entered into contracts with the Aerospace Corporation, the MITRE Corporation, LinQuest, Science Applications International Corporation (SAIC), Tecolote Research, Integrity Applications Incorporated, QuantiTech Services, Axient Corporation, Alpha Omega Group (AoG), Space EA systems, Stellar Solutions, Exigo, ExoAnalytics, Booz Allen Hamilton, and Integrated Enterprise System Engineering Solutions (IESE). These companies support the Government’s Space 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. Space Force. If the respondent disagrees with the release of its RFI response to any of the aforementioned firms, the respondent must clearly state this restriction in the cover letter accompanying the RFI response. 

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. 

Contact Information

Contracting Office Address

  • CP 310 653 1748 483 N AVIATION BLVD
  • EL SEGUNDO , CA 90245-2808
  • USA

Primary Point of Contact

Secondary Point of Contact

History

  • May 31, 2023 08:59 pm PDTSources Sought (Original)