Range Operations Contract II
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
NASA's Goddard Space Flight Center (GSFC)/Wallops Flight Facility (WFF) is soliciting proposals for the Range Operations Contract II (ROC II), a Cost-Plus-Fixed-Fee (CPFF) Indefinite Delivery Indefinite Quantity (IDIQ) contract. This opportunity seeks comprehensive range operations and maintenance services for various flight vehicles and missions. Proposals were due October 27, 2017.
Scope of Work
The contractor will provide essential Range Operations and maintenance services for NASA's Wallops Flight Facility and other worldwide sites. This includes operations, maintenance, and sustaining engineering for range systems; support for command, control, communications, information, and computer systems; testing and installation of electronic systems; and direct customer support. Services cover tracking, telemetry, meteorological, optical, and command and control for orbital and suborbital rockets, aircraft, satellites, balloons, and UAVs, along with real-time data display and capture. Specific representative task orders include a Sounding Rocket Campaign in Alaska, an Antares mission to resupply the ISS, and Wallops Range Operations supporting UAS, Patuxent River NAS, Navy Target Operations, and National Weather Service Balloon Soundings.
Contract & Timeline
- Contract Type: IDIQ (CPFF and FFP task orders)
- Duration: 5-year ordering period (effective April 1, 2018)
- Maximum Value: $200,000,000
- Set-Aside: Full and Open Competition (with specific small business subcontracting goals)
- NAICS Code: 517919 (All Other Telecommunications)
- Small Business Size Standard: $30M
- Proposal Due: October 27, 2017, 4:00 PM local time
- Anticipated Award: February 1, 2018
- Anticipated Effective Date: April 1, 2018
- Phase-in Period: 60 days prior to contract effective date
Key Requirements & Deliverables
Offerors must propose various plans including a Program Management Plan, Quality Assurance Plan, Risk Management Plan, Organizational Conflicts of Interest Avoidance Plan, IT Security Management Plan, and a Small Business Subcontracting Plan. A Top Secret facilities clearance is required, and personnel must undergo Personal Identity Verification (PIV). Detailed financial management reporting (NASA 533 series) and provision of historical contract data are mandatory. Bidders must use specified direct labor rates, indirect rates, and fee/profit matrices for pricing task orders.
Evaluation Factors
Proposals will be evaluated based on Mission Suitability (most important, including Technical Approach, Management Approach, and Small Business Utilization), Cost, and Past Performance. Cost will be assessed for reasonableness and realism. The government reserves the right to award without discussions.
Place of Performance
Services will be performed at NASA Wallops Flight Facility, Wallops Island, VA, and other downrange tracking sites globally, including Bermuda, Alaska, Norway, Kwajalein Atoll, Coquina, NC, Australia, and French Guiana.
Contact Information
For questions, contact Bruce B. Tsai, Contracting Officer, at bruce.b.tsai@nasa.gov or 240-684-0428.