FA251827RCNECTS
Communications, Network, Engineering, Cybersecurity, and Information Technology Services (CNECTS), aka "Connects"
DEPT OF DEFENSE > DEPT OF THE AIR FORCE > AIR FORCE SPACE COMMAND > FA2518 USSF SPOC/SAIO
Quick analysis
CNECTS is a ~$330M USSF/SpOC consolidation of four legacy 21 CS contracts (BOS-IT, CMSFS 21 CS Comms, WICS II scope for 21 CS, and PEDS) into a single award executed via a multi-phase CSO.
All posted draft AOIs and the draft CSO specify a 100% 8(a) set‑aside under NAICS 517810 ($40M). Trace is not 8(a) eligible and cannot prime; access is only via teaming as a subcontractor.
Technical scope squarely matches Trace core strengths (NetOps/NOC/TCF, MILSATCOM/GBS/WGS support, cyber/RMF/COMSEC/TEMPEST, client services, field sustainment). Strong USSF/USAF/Space comms past performance supports relevance.
Program risk centers on eligibility (8(a) prime), classification/CMMC readiness, and transition across multiple 24/7 work centers including CMSFS; schedule indicates award ~Feb 2027, providing time to shape and team effectively via AOIs/Industry Day follow‑ups.
Scope summary
- Prime must be an 8(a) small business under NAICS 517810; CSO/AOIs specify 100% 8(a) set‑aside (CSO Draft; Draft AOIs).
- Multi‑phase CSO process: Phase I white paper/ROM (unclassified), optional Phase II pitch, Phase III proposal/PWS; potential DD254 for classified work (CSO Draft).
- BOS‑IT O&M across PSFB/SSFB including NetOps, client support, ITAM, cable, CFP operations, cyber/RMF/COMSEC/TEMPEST, mission‑essential continuity (BOS‑IT PWS).
- Giant Voice/Mass Notification maintenance and installs with monthly/quarterly PMIs and 4‑hour onsite response (Giant Voice PWS).
- CMSFS communications O&M including NOC, TCF, help desk, server/video systems, DRSN, GCCS, FAB‑T; rigorous transition‑in/out and security management (CMSFS 21 CS PWS).
- WICS II mission systems operations including GBS/GBSOC, WGS, SDIN, GCCS; 24/7 operations and engineering/CDRLs (WICS II PWS).
- Additions/changes: PSFB TCF support, CST/help desk absorption, network switch/zero client installs, executive comms, cable TV and printer management; SSR/O duties for SCIFs (Requirements & Legacy Differences; Requirements Matrix/WBS).
- Security & workforce: DoD 8140 certifications for privileged users, clearances appropriate to site (BOS‑IT PWS); potential CMMC Level 3 at start (RFI #2).
Dimension scores
Scope includes BOS‑IT O&M, NetOps/NOC/TCF, MILSATCOM/GBS/WGS mission systems, cyber/RMF/COMSEC/TEMPEST, CST/help desk, and field sustainment across PSFB/SSFB/CMSFS (BOS‑IT PWS; WICS II PWS; CMSFS PWS; Requirements Matrix/WBS). These align with Trace core capabilities in SATCOM, IT O&M/managed services, OCC/NOC/SOC operations, cybersecurity, SE&I, and field services (company_profile).
Relevant DoD/USSF/USAF comms and IT mission support PP (EMSS EPCC – USSF; USAFCENT comms & IT – USAF; GSM‑O – DISA/Army; ABMS IDIQ – USAF) align to CNECTS mission areas, though not incumbent at 21 CS (company_profile; Industry Day slides noting incumbents exist across legacy contracts).
Acquisition via CSO with AOIs explicitly limited to 100% 8(a) small businesses (CSO Draft; all Draft AOIs). Trace does not hold 8(a) status; access would require an 8(a) prime partner. Not on a vehicle Trace holds.
Crowded field across four legacy efforts (~400 contractor personnel today; Industry Day slides). No incumbent advantage for Trace and 8(a) prime is required. Trace offers differentiators (OCC, MILSATCOM integration, NSA TI/CDS, SE&I/E&I facility) that can strengthen a subcontract role, but prime positioning depends on teaming.
Eligibility and delivery risks include 100% 8(a) prime barrier, potential DD254/classified work at CMSFS, 24/7 operations across multiple centers, BIM/AFNET scope interfaces (Requirements Matrix/WBS), and potential CMMC L3 by start (RFI #2). These present classification/schedule/teaming risks despite Trace’s relevant capabilities and assumed FCL.
High‑value (~$330M) USSF/SpOC consolidation with direct 21 CS footprint in Tier‑1 target agency (company_profile; Industry Day notice). As a key subcontractor, Trace can expand USSF relationships, shape integrated MOC/AIOps solutions (Draft AOIs), and position for future USSF enterprise comms work.
Total 8(a) set‑aside across CSO/AOIs (CSO Draft; Draft AOIs). Trace is not 8(a) (company_profile). While subcontracting is allowed, Trace cannot submit as prime; set‑aside mismatch is a primary compliance gap.
Concerns
- Prime eligibility barrier: 100% 8(a) set‑aside; Trace can only participate via an 8(a) prime (CSO Draft; AOIs).
- Classified/secure site operations at CMSFS and potential DD254 create staffing/clearance risks (CMSFS PWS; CSO Draft).
- CMMC Level 3 readiness by contract start is queried; Trace’s level is not confirmed (RFI #2; company_profile notes to verify).
- Complex transition across multiple 24/7 centers and legacy contracts; incumbent knowledge asymmetry (Industry Day slides; CMSFS PWS).
- Scope interfaces and realignments with AFNET/BIM/21 CS civilians may cause seams and dependency risks (Requirements Matrix/WBS; Requirements & Legacy Differences).
- Partial/unreadable legacy documents (PEDS PWS; partial PWS extracts) may conceal additional constraints until final AOIs/solicitation are issued.
Teaming opportunities
- Identify and secure a qualified 8(a) prime with recent 21 CS/USSF comms O&M past performance across BOS‑IT and mission systems.
- Cheyenne Mountain‑cleared personnel and a Colorado Springs 24/7 bench for NOC/TCF/help desk operations.
- Documented OEM/mission credentials for GBS/WGS/FAB‑T/DRSN/GCCS, COMSEC/TEMPEST, and SDIN engineering lab access.
- CMMC Level 3 (or required level) posture by contract start; mapped SSP/POA&M.
- Local program management and CFP leadership experienced with AFNET/BIM interfaces and SLAs.
Competitive position
- Offer integrated Mission Operations Center and AIOps capabilities aligned to AOIs, leveraging Trace OCC for 24/7 monitoring and rapid incident response.
- Demonstrate MILSATCOM/GBS/WGS integration depth and mission system sustainment experience to reduce transition risk and improve MTTR.
- Leverage NSA Trusted Integrator/CDS and M‑DRIVE for secure multi‑domain workflows supporting SCIF/coalition enclaves where applicable.
- Use Trace’s E&I Facility and SE&I expertise for rapid prototyping, T&E to military standards, and production deployments to de‑risk tech refresh and digital twin use cases.
- Augment government/AFNET seams with documented RMF/ISSO, COMSEC, TEMPEST, and DoD 8140‑certified staff and processes.
Bid/No bid factors
- Set‑aside mismatch: 100% 8(a) required for prime; Trace is not 8(a) (CSO Draft; AOIs; company_profile).
- Eligibility is an automatic review flag per scoring_guidance; Compliance should be in the 0–1 range.
- Key legacy documents are partially extracted or unreadable (e.g., PEDS PWS), limiting full scope certainty.
- Potential requirement for CMMC Level 3 at start is queried; current level not confirmed (RFI #2).
- Multi‑site 24/7 operations with classified elements at CMSFS increase staffing and clearance risk.
Documents
Download all
0. CNECTS RFI #1 Consolidation - 31 Jul 25.docx
No current live SAM.gov attachment matches this stored row.
RFI dated 31 July 2025 from SAIO/21 CS requesting industry input on feasibility of consolidating four legacy communications/IT contracts into a single CNECTS contract covering Peterson SFB, Schriever SFB, and Cheyenne Mountain SFS. The document lists the four legacy contract numbers and attached PWSs, proposes NAICS 517810 (small business size standard $40M), asks detailed questions about technical capability, teaming, efficiencies/risks, and small-business suitability, and provides an RFI response point of contact and deadline (20 Aug 2025, 1400 MT).
- RFI purpose: explore consolidation of four contracts into single CNECTS award (market research stage; not a solicitation).
- Legacy contract list with identifiers: FA2517-24-F-0034 (BOS-IT), FA8723-25-R-0007 (Cheyenne Mountain 21 CS Communications), FA2550-21-C-0005 (WICS — 21 CS portion only), FA2550-22-C-0003 (PEDS).
- Performance locations: Peterson SFB (PSFB), Schriever SFB (SSFB), Cheyenne Mountain SFS (CMSFS) — regional Colorado footprint relevant to place-of-performance and OCONUS/CONUS considerations.
- Proposed NAICS: 517810 (All Other Telecommunications) with a $40M small-business size standard; RFI explicitly asks if NAICS is appropriate.
- RFI asks whether small business can perform combined requirement and requests teaming/prime/subcontracting intent — relevant to Trace's small business ineligibility for 8(a) and other socio-economic lanes.
- Attachments: PWSs for each legacy contract are attached (including note that WICS attachment is partial, only 21 CS-related requirements considered for consolidation).
- RFI contact: Contracting Officer Austin Frindt (austin.frindt@spaceforce.mil; 719-556-6947); responses to be sent to Frindt and copy Harsh Hariyani; response due 20 Aug 2025 1400 MT.
- Document date: 31 Jul 2025 — indicates early market-research timeline ahead of later Industry Day materials and solicitation planning.
- Mentions BOS-IT includes Giant Voice PWS — signals inclusion of base comms/notification systems in scope.
0. CNECTS RFI #1, Consolidation - 31 Jul 25.docx
Download
Restricted: Unreadable
The document could not be read or extracted (metadata-only ingest). No substantive content is available for review. The filename indicates this is likely 'RFI #1' concerning CNECTS consolidation dated 31 Jul 2025, but that inference is unverified due to the unreadable file.
- Filename: '0. CNECTS RFI #1, Consolidation - 31 Jul 25.docx' (suggests RFI #1 on consolidation) — unverified
- Readable: false; limitation_reason: 'unreadable'
- Processing mode: metadata_only; extractor: pending; review_status: restricted — no text extracted
- No sections or excerpts available to support scoring or capture requirements/constraints
- Action needed: re-ingest or obtain readable copy to extract requirement details, POA&M, PWS/CSO references, set-aside impact, POP, and any incumbent/teaming cues
1. BOS-IT PWS - 7 Oct 24 (2).docx
Download
Partially reviewed: Too large
Partially reviewed PWS for Front Range Base Operating Support Information Technology (BOS-IT) services covering Peterson SFB (PSFB) and Schriever SFB (SSFB) with associated GSUs; selected extraction includes the PWS front matter (section 1 of 22) and the Communications Focal Point / on-call and Remedy procedures (section 12 of 22). The contract scope is broad—operations, maintenance, logistics, cybersecurity, NetOps, client support, cable maintenance, ITAM, LRA, and program management—with mission-essential coverage and specific staffing, certification, and reporting requirements. Review is limited (selected sections only; document too large), so many detailed chapters (e.g., full task descriptions, deliverables appendix) were not inspected.
- Scope: All services to support operation, maintenance, and logistics of PSFB and SSFB BOS-IT systems (explicit contract scope).
- Places of performance and GSUs: PSFB and SSFB primary; GSUs include Cheyenne Mountain SFS, Pituffik (Thule) Greenland, Kaena Point HI, Maui HI, Dahlgren VA, Clear AK, Cape Cod MA, Cavalier ND (listed examples).
- Network scale (SSFB): ~300 switches, ~15 routers, ~6 servers, ~150 cryptographic/network devices (explicit inventory figures).
- NetOps: ~55 servers physically at Schriever supporting mission users (NetOps footprint noted).
- Client support scale: CST support for ~6,500 Schriever and ~13,000 Peterson users (customer counts called out).
- BECO/ITAM: 114 ITEC accounts on Schriever and 371 accounts on Peterson (IT asset custodian counts).
- Coverage & hours: Contractor coverage must mirror government work center hours (0700–1600 Mon–Fri) with additional surge/guard-support as needed.
- Mission-essential designation: All services considered Mission Essential and must comply with DFARS 252.237-7023 (continuation during crises).
- Staffing & certifications: Full staffing with required security clearances; privileged accounts require DoD 8140 certification at PoP start and throughout performance.
- Contract reporting: Contractor Manpower Reporting required for DoDAACs FA2550 and FA2517; labor hours must be reported via secure collection site (reporting deadlines specified).
- Cybersecurity & compliance: RMF authorization service, PSFB Cybersecurity Office responsibilities, COMSEC and TEMPEST referenced in TOC; procedures for classified incident responsibilities and CUI handling present.
- Operational procedures: Detailed Communications Focal Point (CFP) on-call rules (no call-forwarding, must answer on-call cell, may travel to PSFB after hours), Remedy ticket routing rules (NIPR/SIPR queues and backshop mappings).
- Deliverables & structure: PWS contains appendices (deliverables, acronyms, priority matrix, workload data, publications, assets) and performance objectives/thresholds (Appendix A–F referenced).
1a. Giant Voice PWS - 5 Feb 25.docx
Download
Partially reviewed: Too large
Performance Work Statement for Giant Voice/Emergency Broadcast and Public Address system maintenance at Peterson Space Force Base (PSFB) and Schriever Space Force Base (SSFB). Extraction is partial (sections 1 and 3 only); document defines scope, contractor responsibilities, safety/security, PMI/inspection cadence, reporting requirements, and OCI/key-control obligations.
- Scope: Giant Voice / Emergency Broadcast and Public Address system maintenance and installation at Peterson SFB and Schriever SFB (PSFB and SSFB).
- Systems & inventory: PSFB system includes Whelen E-2010 central controller, Guardian/CentrAlert EOS, UHF omni antenna, Whelen WPS-2905 on five towers; SSFB includes Federal Signal speaker arrays and nine emergency towers (14 towers total called out).
- Performance cadence: Quarterly comprehensive PMIs (4/year) and monthly PMIs on all towers (monthly on 14 towers).
- Response & timeline requirements: Onsite response within 4 hours of notification for service calls; initial status report within 24 hours; inspection reports within 48 hours; daily status for ongoing troubleshooting.
- Deliverables & surveillance: Appendix references a Performance Requirements Summary and Deliverables Schedule; surveillance is 100% inspection tied to performance standards (e.g., zero deviation allowed for many SS).
- Contractor responsibilities: Provide all personnel, equipment, supplies, transport, tools, supervision; non-personal services; designate a contractor POC within 5 days of performance.
- Government-furnished items: Government will provide spare parts when available and may task inventory assistance. Government may approve quotes for repairs prior to work.
- Coordination & access: Contractor must coordinate maintenance 48 hours in advance with COR/SME; CSRCP coordination required for PSFB activities. Work hours 7:30am–4:30pm MST M–F except federal holidays/closures.
- Safety & compliance: Contractor must follow OSHA/ANSI/NFPA standards, provide a safety plan within 30 days of award, report mishaps per procedures, and accept government facility inspections.
- Security & access controls: Prohibition on weapons on base; strict key/key-card control and reporting; potential financial deductions for lost/duplicated keys.
- OCI clause: Contractor must notify CO of potential OCIs and submit mitigation plans; CO may restrict participation if OCI cannot be mitigated.
- Limitation: Extraction is partial (selected sections 1 and 3 of 4); appendices, full deliverable schedule, estimated workload and some technical details were not reviewed due to file size.
- Contract management: Contractor required to submit employee roster at award and on replacements; COR/SME have delegated tasking authority for day-to-day operations.
2. Cheyenne Mountain SFS 21 CS Communications Contract - 31 Jul 25.docx
Download
Partially reviewed: Too large
Partial extraction (sections 1 and 15 of 28) of the 21st Communications Squadron (21 CS) Services Bridge Contract PWS (FA8723-25-R-0007). The document defines O&M/sustainment scope for CMSFS information systems, detailed work centers (NOC, TCF, NCC help desk, cable, server, video, DR/Switch, FAB-T, etc.), security requirements, and time-phased transition-in/out milestones and deliverables.
- Document type: Performance Work Statement (PWS) for 21 CS Services Bridge Contract FA8723-25-R-0007 (bridge contract).
- Place of performance and supported tenant: Cheyenne Mountain Space Force Station (CMSFS); Government program office at Peterson SFB (PSFB), CO; coordinates with NORAD, USNORTHCOM, USSPACECOM, USSTRATCOM.
- Scope: Operations & maintenance (O&M) and sustainment of CMSFS base information systems (COTS, GOTS, FOSS, servers, switches, VMs, applications, comms equipment).
- Work centers and services enumerated: NOC, Technical Control Facility (TCF), Network Control Center (NCC) help desk, cable installation/maintenance, server support, video systems, FAB-T, DRSN, GCCS, message delivery, material control/supply, security manager, information assurance/network security.
- Transition requirements: Time-phased Transition-In Plan required; joint inventory and transfer by day 60 (licenses, warranties, GFP, spares, COMSEC, classified materials); contractor to accept O&M responsibility from incumbent by day 120 of transition-in period.
- Transition deliverables: Transition-In Plan Updates, Transition-In Status Meeting Notes, Transition-In Readiness Review notes; weekly transition status meetings with incumbent NISSC contractor, CO, SPO, and COR(s).
- Security and clearance requirements: Personnel investigations, in-processing, access controls, SIPRNet access, trustworthiness determinations, controlled/restricted areas, security manager duties, visit requests, badges—CUI removed for posting but security content remains.
- Government structure and authorities: Government Program Manager (GPM), Systems Program Office (SPO), Contracting Officer (CO), COR identified as roles for oversight and interface.
- Mission continuity: Emphasis on minimizing mission impact during transition-in/out and on Mission Essential Contractor Services Plan (Attachment 7).
- References and attachments called out: Appendix B (equipment support PWS, CUI), GFP listing, Attachment 7 (Mission Essential Contractor Services Plan), surveillance matrix, numerous deliverables and tables (e.g., outage reporting times, FIAR training).
- Operational detail: Specific outcomes/standards, deliverables, and surveillance matrices are included across many sections (only a subset was extracted).
3. WICS II PWS (21 CS rqts only) - 31 Jul 25.docx
Download
Partially reviewed: Too large
Partial extract of the WICS-II Performance Work Statement for Schriever (21 CS-specific) dated 25 Apr 2024. The reviewed sections define a comprehensive scope of IT and communications services for SSFB (operations, mission-systems maintenance, logistics, security, testing) and detail major systems (GBS, WGS, FAB-T, GCCS, SDIN), site coverage across CONUS and OCONUS (including PSFB, BSFB, CMSFS, RAF Fylingdales, Thule, Diego Garcia, Kwajalein), 24/7 support expectations, specific emergency response times, SDIN engineering/PMI/lab/crypto requirements, network administration and IA/RMF tasks, and multiple CDRL deliverables. Note: document explicitly states some requirements were removed from the consolidated effort; the extraction is incomplete and other PWS sections may contain additional requirements.
- Document: WICS-II PWS (Schriever / 21 CS requirements only), Performance Work Statement FA255021C0005, 25 Apr 2024 (partial review).
- Scope: full life-cycle support of SSFB information & communications systems—operations, mission systems maintenance, logistics, communications support, security, testing, emergent tech.
- Major systems listed: Global Broadcast Service (GBS/GBSOC), Wideband Global SATCOM (WGS), FAB-T (MILSTAR family), GCCS, Space Digital Integrated Network (SDIN), Mission Impact Reporting (MIR), Satellite Control Network (SCN).
- Geographic footprint: SSFB, PSFB, BSFB, CMSFS, Vandenberg SFB, RAF Fylingdales, Thule AB, Diego Garcia, Kwajalein, Cape Cod, Cavalier, Clear AFS, Maui, Site R, Socorro, and many others (CONUS + OCONUS).
- Operational tempo: 24/7 operations and support; emergency troubleshooting response times—2 hours for Front Range, 4 hours for Buckley (BSFB).
- SDIN requirements: annual preventive maintenance inspections, equipment inventory verification, RED/BLACK CTP/router/SONET troubleshooting, lab/mock-up with crypto capabilities (24/7 access, ~5 racks), NMC support, engineering studies (CDRL A504) and network modification deliverables (CDRL A506).
- Network administration tasks: operate/administer SDIN servers and virtual servers, AD user management, patching, monthly vulnerability scans with top-10 reporting (CDRL A503), anti-virus distribution, encryption device management and NSA/STIG compliance, Fire Fly key loading support.
- Cybersecurity/IA: RMF authorization support, DoD/AF/IC guidance reference (DoDI 8500.01, AFI 17-201, ICD 503), TSCO references, COMSEC and crypto equipment handling.
- Program management and deliverables: Program Management Plan (CDRL A101) plus multiple other CDRLs referenced for reporting and engineering artifacts.
- Document caveat: header notes that requirements 'not planned to be included in the consolidated effort have been removed'—indicates this PWS is a legacy source used to inform the new CNECTS consolidation but may not reflect final scope.
4. PEDS PWS_22 Apr 22 Final.docx
Download
Restricted: Unreadable
This file is unreadable in the ingestion bundle (extractor pending, metadata-only processing). The filename indicates it is a PEDS Performance Work Statement dated 22 Apr 2022, but the contents were not extracted and cannot be summarized or relied upon for requirement details.
- Filename: '4. PEDS PWS_22 Apr 22 Final.docx' — implies a PEDS program PWS dated 22 Apr 2022
- No content extracted: extractor listed as 'pending' and processing_mode='metadata_only'
- Review status: 'restricted' and limitation_reason='unreadable' — government-provided text unavailable
- Opportunity-level metadata (sam.gov) references PEDS PWS being re-added for reference, but this specific file was not readable here
- Implication: cannot confirm scope, deliverables, performance period, place(s) of performance, security/classification, incumbency, or other procurement-critical details from this file — obtain readable copy from source attachments or sam.gov
5. CNECTS Requirements and Legacy Contract Differences.docx
Download
Comparison of legacy contracts and anticipated CNECTS scope showing which services transfer, which are added, and which are removed across Peterson SFB (PSFB), Schriever SFB (SSFB), and Cheyenne Mountain SFS (CMSFS). Document lists new CLINs and capability additions (help desk, technical control, network installs, cable/TV, printer management, SCIF duties) and identifies AFNET / NOC responsibilities that will be moved or removed at specific sites.
- Geographic scope: PSFB, SSFB, and CMSFS consolidation; CMSFS-specific items (Marquee Support, Video Work Center)
- Services retained/clarified: NORAD/NORTHCOM (N/NC) services to remain under CNECTS; Cable Maintenance remains on CNECTS (non-AFNET cabling at CMSFS)
- Additions/new CLINs: Technical Control Facility Support at PSFB; Client Systems Technician/Help Desk; Network switch installs; Zero client installs; Executive communications at PSFB
- New user services: Cable TV installation/maintenance for 21 CS at PSFB and SSFB; Cable TV CLIN for non-21 CS users; Printer management & touch maintenance for PSFB
- Potential absorption: CNECTS may absorb multiple independent CST/Help Desk contracts on PSFB and SSFS (noted as potential CLIN action)
- SCIF/mission systems duties: SSR/O duties for 21 CS-controlled SCIFs new to PSFB and SSFS; CLIN for Mission Systems
- Removals/transfers: NOC, Vindicator, Mail Room removed at CMSFS; Database management reduced to 21 CS systems for SSFS
- AFNET responsibilities shifting: AFNET NIPRNet/SIPRNet Infrastructure Management and AFNET Network Operations listed as new to CMSFS and SSFB; AFNET 24/7 NOC listed for removal at CMSFS
- Other technical/operational items listed: VoIP, Vulnerability Management, LMR, Spectrum Management, Circuit Actions, AFNET engineering and cable break-fix identified as separated or relocated
- Organizational note: SLAs between 21 CS and squadrons for network admin rights and a note that N/NC may assume control of N/NC infrastructure and related duties
6. Requirements Matrix for RFI 2.xlsx
Download
Spreadsheet maps legacy PWS line items across multiple programs (BOS-IT PWS, 21 CS CMSFS, PEDS, WICS, Giant Voice) and indicates which tasks are common vs unique for PSFB (Peterson SFB), SSFB (Schriever SFB), and CMSFS (Cheyenne Mountain SFS). It enumerates specific service areas (program management, network infra/ops/config, cybersecurity, TCF, GCCS, Defense Red Switch, GBS, maintenance, logistics, asset management) and flags items that will not be on CNECTS or that remain tied to legacy contracts/roles (e.g., BIM, 21 CS civilian).
- Maps legacy sources: B=BOS‑IT PWS; C=21 CS CMSFS; P=PEDS; W=WICS; GV=Giant Voice — useful for understanding retained vs consolidated workstreams
- Place of performance split clearly includes PSFB (Peterson SFB), SSFB (Schriever SFB), and CMSFS (Cheyenne Mountain SFS)
- Scope areas called out: Program Management; Network Infrastructure/Operations/Configuration/Monitoring; Client Systems & End‑User Support; IT Asset Management; Software License Mgmt; Technical/Engineering Services; TCF (Tech Control Facility) ops; Mission Systems Maintenance
- Cybersecurity-specific tasks listed: Cybersecurity Office, TEMPEST, RMF, Cyber Readiness, ISSO, COMSEC, Classified Incidents, Personnel Clearance, CUI handling, Industrial Security — implies high clearance/infosec requirements
- Legacy/incumbent signals: many tasks annotated with 'BIM', '21 CS Civilian', 'AFNET' — indicates legacy BIM/AFNET responsibilities and possible incumbent overlap
- Items explicitly marked NOT ON CNECTS or excluded (e.g., GBS/GBSOC, Power Management Support, certain WICS items) — helps identify carveouts and residual contracts
- Transition/contract management tasks present: Phase In/Out, PM Support, Work Order Requirements, Quality Management, Training, Phase in/out references (useful for staffing and transition planning)
- Specialized comms/mission systems listed: Defense Red Switch Network, JSCAN, MILSTAR availability, FAB‑T O&M, WGS O&M, GCCS and SDIN references — indicates theater/mission systems integration requirements
- Material/logistics functions included: GFP/GFE/GFI, Warehouse/Property Custodian, Supply & Logistics Support, Local Purchase, Reimbursable Travel — sustainment and field services elements
CNECTS CSO Draft_3-27-2026.pdf
Download
Partially reviewed: Too large
Partially reviewed draft Commercial Solutions Opening (CSO) for FA2518-26-S-CNECTS; selected sections were extracted (intro/definitions, governance, Phase II pitch format, and Phase III proposal/PWS guidance) but the file is large and only portions were provided. The CSO frames a consolidation of four legacy communications/IT contracts under the 21st Communications Squadron, establishes NAICS 517810, confirms a 100% 8(a) set-aside, and describes a multi-phase evaluation process (Phase I white paper/ROM, optional Phase II pitch, Phase III technical proposal/PWS).
- Acquisition vehicle: Commercial Solutions Opening (CSO) FA2518-26-S-CNECTS (Space Acquisition & Integration Office / 21st CS).
- NAICS: 517810 (All Other Telecommunications); small business size standard $40.0M.
- Set-aside: 100% 8(a) small business; 8(a) determination approved 11 Nov 2025; teaming allowed but prime must be 8(a).
- Procurement objective: Consolidate four legacy contracts into CNECTS — BSO-IT (FA2517-24-F-0034), Cheyenne Mountain SFS 21 CS comms (FA8723-25-R-0007), WICS (FA2550-21-C-0005), and PEDS (FA2550-22-C-0003).
- Contract type guidance: FAR-based fixed-price contracts (may consider other fixed-price variants to balance risk).
- CSO lifecycle: Closed CSO-with Closed AOIs; CSO expiration date stated as 1 Dec 2026; AOI-specific Phase I acceptance dates will be published.
- Submission process: Phase I requires PowerPoint, White Paper, and ROM; filename/receipt procedures defined; government will not reimburse proposal costs.
- Security: Phase I unclassified; later phases may require higher classification and a DD Form 254 as specified in AOIs.
- Evaluation/award: Multi-phase evaluation (Attachment 6) — Government may award all, part, or none; may skip Phase II and proceed directly to Phase III.
- Phase II pitch format: 30-minute presentation + Government Q&A; virtual preferred; Offeror must submit supporting materials in advance.
- Phase II content expectations: executive summary, technical approach, ROM, schedule, data rights assertions (DFARS cited), risk assessment, mission impact, scalability/interoperability.
- Phase III submission requirements: searchable PDF technical narrative + Word PWS, cover sheet must include CAGE, UEI, business size, socioeconomic status (8(a)), and other administrative items; deliverables, milestones, and acceptance criteria must be specified.
- Data rights/IP: Offerors must identify IP and any restrictions; DFARS 227 refs noted and proprietary submission procedure for subcontractors defined (direct submission to CO allowed).
- Governance: AOIs will be posted on SAM.gov; CO manages evaluation and awards per federal regs.
- Funding/period: Estimated funding and period are TBD; contract period not specified in extracted sections.
CNECTS RFI 3 - INDUSTRY DAY NOTICE.pdf
Download
Industry Day notice for the CNECTS solicitation (FA251827RCNECTS) announcing an informational Industry Day on March 11, 2026 (Penrose House, Colorado Springs) with one-on-one sessions March 12–13, 2026. The notice solicits industry input on acquisition strategy, white paper format/length/evaluation criteria, and risk areas; registration and submissions (company info + input) were due Feb 23, 2026. Document states the program is an approximately $330M IT consulting/management services contract that includes a significant mission-systems operations component, clarifies event limitations (off-base, no classified content), and provides the POC (Rosalind Davis).
- Solicitation: FA251827RCNECTS (CNECTS)
- Estimated contract size: approximately $330M (IT consulting & management services)
- Includes a significant mission-systems operations component — implies operational/OCONUS/mission support work
- Industry Day date and location: March 11, 2026 — Penrose House, Colorado Springs (off-base; no classified content)
- One-on-one sessions: March 12–13, 2026 (locations to be announced: Peterson SFB or Schriever SFB)
- Registration / industry input deadline: February 23, 2026 (company info, attendance preference, and requested input)
- In-person attendance limits: 25 companies, max 2 persons per company; virtual attendance unlimited
- Government requests input on Contracting/Acquisition Strategy, CSO process, white paper format/length/evaluation criteria, and risk assessment — indicates opportunity to shape solicitation parameters
- White paper parameters will be discussed at Industry Day (i.e., formal submission requirements not yet published)
- Point of contact: Rosalind Davis (Rosalin.davis.3@spaceforce.mil)
- Disclaimer: informational only; no solicitation documents distributed at the event and no government commitment to procure — indicates early stage of acquisition process
- Posted Date in doc: February 12, 2026; doc-level response deadline (for registration/input): February 23, 2026
Consolidation D-F CNECTS_Finalized_Redacted.pdf
Download
Draft/finalized consolidation analysis for CNECTS concluding that full consolidation under a single award is the only practical approach because the requirements and work across Peterson SFB, Schriever SFB, and Cheyenne Mountain are highly integrated. The paper evaluates multiple-award IDIQ against FAR 16.504 and finds it infeasible, notes the Communications Focal Point (CFP) is a central, cross-installation function, and reports RFI feedback showing lesser consolidation has minimal effect on small business participation.
- Government analysis favors a single award (full consolidation) because scope and functions across locations are integrated and interdependent.
- Communications Focal Point (CFP) spans all installations and acts as the central hub for help tickets, making split awards impractical.
- Multiple-award IDIQ was evaluated against FAR 16.504(c) criteria and rejected as inappropriate for this requirement (integrally related tasks, admin costs, single-contractor benefits).
- RFI responses indicated lesser degrees of consolidation do not meaningfully change small business participation; primary impact is reduced government savings.
- Document text explicitly notes Cheyenne Mountain SFS / 21 CS communications and PEDS are referenced as separate in at least one place, suggesting some legacy separation or special handling.
- Splitting by location or function would create artificial seams, reduce savings, and complicate accountability across work centers.
Draft CNECCTS AOI-2026-001 _BOS-IT.pdf
Download
Draft AOI for Base Operating Support - Information Technology under the CNECTS consolidation effort. It is a total 8(a) small-business set-aside seeking modernized IT solutions (AIOps, UCaaS, digital twin) for Peterson, Schriever, and Cheyenne Mountain installations; Phase I submissions are Unclassified and close/evaluation dates are TBD.
- Set-aside: Total 8(a) Small Business — 100% (explicitly stated)
- Scope: BOS-IT consolidation across Peterson SFB, Schriever SFB, and Cheyenne Mountain SFS (installation-level base IT)
- Technical Focus Areas (TFAs): AIOps for predictive network operations; Unified Communications as a Service (UCaaS) including telephony/LMR/Giant Voice; Digital Twin for physical infrastructure management
- AIOps requirement: ingest data from NIPR/SIPR networks, endpoints, and infrastructure to predict failures and automate RCA
- Deliverables expected to be production-ready systems; prototypes/models/experimental frameworks allowed
- Security/classification: Phase I submissions Unclassified; subsequent phases may require higher classification and/or performance under DD Form 254
- Submission/evaluation: Close Date and Evaluation of White Papers are TBD; submission/evaluation governed by referenced attachments (Attachments 1–2, 6)
- Funding: Government may fund none, some, or all proposals (subject to availability of funds)
- AOI explicitly seeks modernized, automated, data-driven IT service delivery to replace reactive legacy sustainment (copper cabling, analog voice)
- Paper is draft AOI (two-page), so requirements may change in final solicitation and further materials (presentation slides, CSO/AOI drafts) were posted separately
Draft CNECCTS AOI-2026-002 _NISSC.pdf
Download
Draft AOI (DRAFT AOI-2026-002_NISSC) titled “Strategic Warning and C2 Support (NISSC III)” describes an 8(a)‑set‑aside solicitation area under the CNECTS consolidation effort seeking modernized IT/mission system sustainment and engineering. It defines Technical Focus Areas (Zero Trust for mission systems; DevSecOps for legacy systems; hybrid cloud for data processing), notes Phase I is Unclassified with potential higher classification later, and states funding and close/evaluation dates are TBD.
- AOI identifier: DRAFT AOI-2026-002_NISSC; AOI Title: Strategic Warning and C2 Support (NISSC III)
- Set-aside: Total 8(a) Small Business – 100% (document explicitly states 100% 8(a) requirement)
- Relationship to CNECTS: aligns with CNECTS consolidation effort to break down operational silos and modernize IT/mission support
- Technical Focus Areas: TFA1 Zero Trust Architecture (ZTA) for mission systems; TFA2 Secure DevOps/DevSecOps for legacy systems; TFA3 Hybrid Cloud environment for data processing
- Deliverables expectation: emphasize production-ready systems but prototypes/models/experimental frameworks allowed
- Security/classification: Phase I submissions shall be Unclassified; subsequent phases may require higher classification and a DD Form 254
- Administrative: Close Date and Evaluation of white papers are listed as TBD; submission and evaluation governed by referenced Attachments 1–2 and Attachment 6
- Funding: Government may fund all, some, or none of proposed solutions subject to availability of funds
- Performance emphasis: mission‑critical focused; solutions must demonstrate superior/innovative enterprise IT management and inform transition paths
Draft CNECCTS AOI-2026-003 _WICS II.pdf
Download
Draft AOI titled 'Wing Information and Communications Support (WICS II)' under the CNECTS consolidation effort. It requests 8(a) small-business white papers (close date TBD) for solutions that modernize/integrate base IT, MILSATCOM, and GBS through a consolidated MOC, predictive maintenance for terminals, and a digital logistics platform; Phase I submissions are unclassified but later phases may require higher classification and a DD Form 254.
- AOI Title: Wing Information and Communications Support (WICS II); aligns with CNECTS consolidation.
- Set-aside: Total 8(a) Small Business — 100% (close date: TBD; evaluation of white papers: TBD).
- Technical Focus Areas (TFAs): 1) Integrated Mission Operations Center (unify monitoring/management of GBS, MILSATCOM, base networks); 2) Condition-based and predictive maintenance for MILSATCOM terminals/ground equipment; 3) Digital supply chain/logistics for asset management and parts ordering across contract areas.
- Phase I submissions: Unclassified; subsequent phases may require higher classification and/or DD Form 254.
- Performance expectation: production-ready systems prioritized, but prototypes/models/experimental frameworks acceptable for technical assessment and transition planning.
- Submission and evaluation follow Attachments 1–2 (submission) and Attachment 6 (evaluation); funding: Government may fund all/some/none subject to availability.
- Document emphasizes breaking operational silos, enterprise-wide situational awareness, and shared tools/personnel across bases.
Draft CNECCTS AOI-2026-004 _PEDS.pdf
Download
Draft AOI for Plans & Programs Engineering Design Support (PEDS) under the CNECTS consolidation effort. Requests technical solutions focused on MBSE, automated design/integration analysis, and agile requirements management; Phase I unclassified with potential later classified phases; set-aside is Total 8(a) Small Business (100%).
- AOI title: Plans & Programs Engineering Design Support (PEDS) — aligns with CNECTS consolidation efforts
- Set-Aside: Total 8(a) Small Business – 100% (explicit prime eligibility constraint)
- Technical Focus Areas (TFAs): MBSE platform, automated design & integration analysis (RMF, spectrum compliance), agile requirements management
- Deliverables expectation: production-ready systems preferred; prototypes/models allowed
- Security: Phase I submissions Unclassified; subsequent phases may require higher classification and DD Form 254
- Funding: Government may fund all, some, or none of proposed solutions (subject to funds)
- Submission & evaluation references: follow Attachments 1–2 (submission) and Attachment 6 (evaluation); Close date and evaluation timeline: TBD
- AOI CO: TBD; Evaluation of white papers: TBD — procurement milestones not specified in this AOI
- Performance & integration: mission-critical focus; government assessing feasibility and transition paths
RFI 2 Commerciality_ BIM_ CMMC.pdf
Download
RFI #2 from SAIO (FA251827RCNECTS) requests market feedback on commerciality, capabilities, and cybersecurity maturity for a consolidated communications/IT services requirement supporting the 21st Communications Squadron at Peterson SFB; responses were due 23 Feb 2026. The document describes required services (engineering secure mission IT, customer service for mission networks, cybersecurity/RMF, operational support in isolated/secure environments), notes a planned Commercial Solutions Offering (CSO) strategy limited to small businesses, and includes attachments pointing to legacy contracts, a consolidated requirements matrix, and difference documents.
- Customer: Space Acquisition and Integration Office (SAIO) on behalf of 21st Communications Squadron (21 CS) at Peterson SFB, CO.
- RFI response due date: 23 February 2026 (market research, not a solicitation).
- Estimated timeline to award: ~12 months — February 2027.
- Planned acquisition strategy: Commercial Solutions Offering (CSO) limited to Small Business entities.
- NAICS: 517810 (All Other Telecommunications); SBA small business size standard listed as $40M.
- Scope of services: engineering secure mission IT, helpdesk/customer service for mission networks, secure communications planning, cybersecurity plans, RMF management, operational support in isolated/secure/bunker-like environments.
- Security/classification: potential classified work; personnel may operate in secure/bunker-like facilities; knowledge of legacy/antiquated secure systems required.
- CMMC: RFI asks respondents to state CMMC progress and whether CMMC Level 3 can be achieved by contract start.
- BIM IDIQ / Base Infrastructure Modernization: RFI asks about experience with BIM rollout/descoping and risks to CNECTS related to BIM.
- Attachments / legacy links: BOS-IT PWS, Cheyenne Mountain 21 CS contract, WICS partial PWS, Consolidated Requirements Matrix, Requirements & Legacy Differences (these indicate scope inheritance from legacy contracts and potential incumbent-related requirements).
- Submission instructions: responses emailed to rosalind.davis.3@spaceforce.mil; limit to 7 pages; proprietary info guidance.
WBS Matrix_updated 3-26-2026.xlsx
Download
Work Breakdown Structure matrix mapping tasks from legacy PWS (BOS-IT PWS, PEDS, WICS, etc.) into the planned CNECTS scope across Peterson SFB (PSFB), Schriever SFB (SSFB), and Cheyenne Mountain SFS (CMSFS). The sheet enumerates program management, network infrastructure/operations, cybersecurity (RMF, ISSO, TEMPEST), TCF/mission systems (GCCS, SDIN, DRSN), IT asset and service desk functions, phase-in/out, tech refresh, and identifies items excluded from CNECTS.
- Places of performance explicitly listed: Peterson SFB (PSFB), Schriever SFB (SSFB), Cheyenne Mountain SFS (CMSFS).
- Document is a consolidation mapping: shows which legacy tasks (B = BOS-IT PWS, P = PEDS, W = WICS, C = 21 CS CMSFS) will carry into CNECTS (PWS duplication / common vs unique tasks).
- Core task areas included: Program Management, Network Infrastructure, Network Operations/Monitoring, Network Configuration, Asset/Equipment Management, Tech Refresh, Troubleshooting/Tickets, Client/End-User Support, IT Asset Management, and Work Order requirements.
- Cybersecurity & accreditation tasks included: Cybersecurity Office, Risk Management Framework, Cyber Readiness, ISSO, COMSEC, TEMPEST — indicating RMF/IA and cross-domain security responsibilities.
- Mission/mission-systems functions present: Tech Control Facility (TCF) ops added to Peterson SFB, Mission Systems Maintenance & Reporting, GCCS and SDIN references, Defense Red Switch Network (DRSN) availability — suggests classified/operational comms responsibilities.
- Notes of exclusions: Several GBS/GBSOC and other W-mapped items flagged as NOT ON CNECTS — useful to define scope boundaries.
- Incumbency/interaction clues: multiple references to AFNET 21 CS Civilians, BIM (BIM/O SP/ISP), and local civilian roles — suggests existing government staff and contractor (BIM) involvement on-site.
- Transition/contract lifecycle tasks: Phase In/Out, Phase-specific PM and training, Reimbursable travel, Local purchase, Quality Control, and Work Center Records present — indicates expected transition and sustainment workstreams.
- Operational constraints: LRA (Local Registration Authority) support noted at Dahlgren (may imply cross-site dependencies), and SIPR connectivity mentions (N/NC SIPR for AFNET users) — potential access/clearance and infrastructure dependencies.
- Mission-critical systems: file header notes mission-critical systems are highlighted (asterisk) — indicates prioritized subsystems but requires viewing sheet details to identify which exact tasks are critical.
Welcome to CNECTS Industry Day Slides v2.pdf
Download
Partially reviewed: Too large
Partial extraction (selected sections 1 and 3 of 4) of the Industry Day slide deck covering program background, scope, legacy contracts, and CSO acquisition approach. Slides describe consolidation of multiple legacy communications contracts across Peterson SFB, Schriever SFB, and Cheyenne Mountain SFS into a single CNECTS requirement and outline government intent to use a Two‑Step, Closed Commercial Solutions Opening (CSO) with white papers as the initial phase. The deck solicits extensive industry input (white paper format, oral presentations, contract type, incentives, teaming, transition/BIM lessons) and provides program scale and service lines (mission & BOS comms, SATCOM/FAB‑T, DRSN, NOC/TCF, cyber/VM, LMR, VOIP, network engineering/ops, file/web/db/virtualization).
- Partial review: only selected sections 1 and 3 of 4 were extracted (limitation: file too large).
- Acquisition strategy: Anticipated Two‑Step, Closed CSO; white paper initial phase; single award to recommended white paper.
- Contract type: Government anticipates fixed‑price structure (FP), with potential incentive fee on select CLINs; FPIF allowed per CSO rules.
- Process timeline targets shown: goal ~60–90 days from white paper receipt to contract award and 90–120 days to business clearance (sample flow).
- Program scope: consolidation across 3 Space Force installations (Peterson, Schriever, Cheyenne Mountain) supporting ~50 work centers, 10+ 24x7 centers, ~25K users and large device/phone counts.
- Legacy contracts and planned POE/term dates called out: BOS‑IT (31 Jul 2027), NISSC (30 Nov 2027), WICS II (30 Mar 2028), PEDS (28 Jun 2028) — indicates phased transition windows.
- Legacy workload details: mission & BOS communications, FAB‑T/SATCOM, DRSN, GCCS, NOC/TCF, vulnerability management, cyber/IA, BECO, CST, cable shop, LMR, Unclassified VoIP/TDM, web/db/file/virtualization services.
- Scale of current contractor support: slide lists 4 contracts and ~400 contractors supporting 21 CS.
- Industry engagement rules: Industry Day recorded/transcribed, AI may be used in transcript analysis; government offering 30‑minute one‑on‑ones; Q&A consolidated later.
- Solicits industry input on white paper formatting, oral pitch/demo options, incentive structures, period of performance, transition risk, and teaming/small business considerations.
- Mentions Base Infrastructure Modernization (BIM) experience and requests BIM lessons learned; separate BIM Task Order references (Task Order 3 Town Hall).
Technical details
Entry: sync
Review status: Up to date
Logical upstream opportunity: 5288
Notice lineage:
- ebf7da1f5af047828ec9735c3297f212 (posted 2026-03-30) - current
- 1e77ffb839554a7abf763ea5f859ec4b
- 47113501f1044e439b3292ef75c4747c
- 5005dca758664c36b989a82ce3960321
- 553c2daee8fb470691575e1c54b80e48
- 5bcb8dedd59d4817bf9d6db99a6e91ac
- 62cca9f0fb2e46e7b04b7789008f3f06
- 70c515077f934c7a98127bc9a9c2a207
- 9befae6a8f9c4a50890384d9cb51bd2e
- d3d58c82c96749b4a54d8dea78c9a39c
- e0779edcc8e545678a39e5927e301e7f
- e9869253e732406993bfe5ec248b87e1
Last synced: 2026-03-31T11:27:55.805138+00:00
Last analyzed: 2026-03-30T18:17:06.104162+00:00
Latest package fingerprint: f9244fbe2d97ea94deb48c416717aa3ede728521e7ba8f9f29c503afe1236455
Latest package notice: ebf7da1f5af047828ec9735c3297f212
Latest package documents: 19
Evidence limitations- 0. CNECTS RFI #1, Consolidation - 31 Jul 25.docx: restricted (unreadable)
- 1. BOS-IT PWS - 7 Oct 24 (2).docx: partially reviewed (too large)
- 1a. Giant Voice PWS - 5 Feb 25.docx: partially reviewed (too large)
- 2. Cheyenne Mountain SFS 21 CS Communications Contract - 31 Jul 25.docx: partially reviewed (too large)
- 3. WICS II PWS (21 CS rqts only) - 31 Jul 25.docx: partially reviewed (too large)
- 4. PEDS PWS_22 Apr 22 Final.docx: restricted (unreadable)
- CNECTS CSO Draft_3-27-2026.pdf: partially reviewed (too large)
- Welcome to CNECTS Industry Day Slides v2.pdf: partially reviewed (too large)
- Only partial document evidence was available from the upstream package.
- 2026-03-30T18:10:31.100078+00:00: ebf7da1f5af047828ec9735c3297f212 with 19 docs