Add Bids
Search By Category/Country/Location by state
Bid Entry Form
Project/Contract Name:
City:
Location by state:
Select Country/Location by state
Alabama
Alaska
American Samoa
Arizona
Arkansas
Baker Island
California
Colorado
Connecticut
Delaware
District of Columbia
Florida
Georgia
Guam
Hawaii
Howland Island
Idaho
Illinois
Indiana
Iowa
Jarvis Island
Johnston Atoll
Kansas
Kentucky
Kingman Reef
Louisiana
Maine
Maryland
Massachusetts
Michigan
Midway Atoll
Minnesota
Mississippi
Missouri
Montana
Navassa Island
Nebraska
Nevada
New Hampshire
New Jersey
New Mexico
New York
North Carolina
North Dakota
Northern Mariana Islands
Ohio
Oklahoma
Oregon
Palmyra Atoll
Pennsylvania
Puerto Rico
Rhode Island
South Carolina
South Dakota
Tennessee
Texas
United States Minor Outlying Islands
United States Virgin Islands
Utah
Venezuela
Vermont
Vietnam
Virginia
Wake Island
Washington
West Virginia
Wisconsin
Wyoming
Yemen
Category:
Select Category
Accounting/Audit/Administration
Business Consulting
Construction
Educational Services
Engineering
Food Catering Services
Healthcare/Medical Supplies
Janitorial
Landscaping
Legal
Logistics
Professional Services
Real Estate
Transportation Services
Tree Removing Service
Agency Contact Information:
Phone Number:
Bid/Proposal Due Date:
Bid Close Date:
Bid Walkthrough Date:
Estimate:
Term:
Classifications:
Description:
COMBINED SYNOPSIS/SOLICITATION A. GENERAL INFORMATION This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6 Streamlined Procedures for Commercial Items while utilizing the solicitation procedures of FAR Part 15 Contracting by Negotiation, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation FA240126R0001 is issued as a Request For Proposals (RFP). The North American Industry Classification System (NAICS) Code for this acquisition is 541990 and the Small Business Size Standard is $19.5M. This solicitation is issued using full and open competition procedures; no set-aside will be used; however, small businesses are encouraged to submit proposals. The solicitation document and incorporated clauses and provisions are those in effect through Federal Acquisition Circular 2025-04. B. REQUIREMENT INFORMATION The Space Development Agency (SDA) intends to award one (1) Firm Fixed Price contract for payload processing services in support of 4 launches on the Eastern Launch Range for the Proliferated Warfighter Space Architecture (PWSA) Tranche 2 Transport Layer (T2TL). The Transport Layer is the communication backbone for the PWSA. This capability will allow critical information to be transmitted to warfighters across the globe. As such, it is crucial to the government that the satellites be delivered successfully to orbit. Payload processing services are critical to this objective. Therefore, the government intends to procure one (1) instance of PPF services to support the T2TL payload processing and Launch Vehicle (LV) Payload Fairing operations at the Eastern Range in Florida. These services will support launches on the Space X Falcon 9 launch vehicle. The Government intends to procure these PPF services as a block buy of time to provide SDA with guaranteed access for satellite processing over the time periods specified with Government flexibility to accommodate mission order as needed. A Statement of Objectives (SOO) is attached to the solicitation as Attachment 1 and provides the desired outcomes of the services required. Specific satellite vehicle vendors (SVVs) requirement documents (RD) are provided as Attachments 2a and 2b. Additionally, Department of the Air Force (DAF) Emissions Security (EMSEC)/TEMPEST policies are provided as Attachments 2c and 2d. Offerors are responsible for carefully reviewing the SOO and RDs to understand the full scope of the requirement Schedule of Services: The Schedule of Services is identified in Attachment 4 – Price Spreadsheet Acceptance/FOB Point for all CLINs is: DESTINATION Attachments: Attachment 1 – Statement of Objectives Attachment 2a, 2b, 2c, and 2d – Reference Documents Attachment 3 – DD254 (will be issued prior to contract award) Attachment 4 – Price Spreadsheet Attachment 5 - Instructions to Offerors Addendum- Commercial Products and Commercial Services 52.212-1 Attachment 6 - Evaluation Addendum—Commercial Products and Commercial Services 52.212-2 Attachment 7 – Individual Subcontracting Plan Template Attachment 8 - Q and A Matrix Template Attachment 9 - ER PPF Dates
Submit Bid