Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 31, 2025 SAM #8587
SOURCES SOUGHT

R -- HADES (Hybrid Architecture and Development for Experimental Systems)

Notice Date
5/29/2025 9:50:54 AM
 
Notice Type
Sources Sought
 
NAICS
541715 — Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
 
Contracting Office
FA8809 SDA AND CMBT PWR SSC/SZK-IK KIRTLAND AFB NM 87117 USA
 
ZIP Code
87117
 
Solicitation Number
FA8809-25-S-S001
 
Response Due
6/18/2025 12:00:00 PM
 
Archive Date
06/19/2025
 
Point of Contact
Lt Col John Purcell, Phone: 505-853-7664, Alyssa Phillips, Phone: 505-846-6604
 
E-Mail Address
john.purcell.3@spaceforce.mil, alyssa.phillips.4@spaceforce.mil
(john.purcell.3@spaceforce.mil, alyssa.phillips.4@spaceforce.mil)
 
Description
The Space Systems Command (SSC) Innovation and Prototyping Delta (SZI), Prototype Ground Development and Sustainment Branch (SZIG) at Kirtland Air Force Base, NM, supports the United States Space Force�s (USSF) Research and Development Space and Missile Operations (RDSMO) program requirements. SSC/SZI�s mission statement is to operate and sustain an affordable Ground System Enterprise (GSE) for Research & Development and demonstration missions; develop innovative solutions to reduce ground system costs; build and support ground system instantiations; develop, operate, and maintain multiple security classification levels and external interfaces with multiple instantiations to support the operational environment; perform Cyber Defense across multiple missions, security levels and baselines; support different types of operations ranging from R&D efforts and prototypes to operational efforts. RDSMO program develops, acquires, delivers, integrates, tests, sustains, and operates tactical space Command and Control (C2) architectures from several ground stations (including government, commercial, and a local Kirtland station) through various networks connected within the RSC. The Rendezvous and Proximity (REPR) Operations Floor is one of the multi-mission operations environments capable of supporting space programs at various classification levels. SZIG�s current operational capabilities include: Common User Equipment (CUE&COMM), the Research, Development, Test & Evaluation Support Complex (RSC), and Jaguar. The main objectives for the contemplated HADES contract is to provide a seamless continuation of the support provided through the EDIS 2020 contract and to support current and future operations. The contemplated HADES Contract provides ground operations (systems engineering, integration and sustainment) and development support and services in support of SSC/SZIG�s mission directives. The current EDIS 2020 contract is with (SAIC). The last ordering period of this IDIQ contract ends 09 February 2027. SSC/SZI intends to solicit for a 5 year follow-on contract for a continuation of the type of support provided through the EDIS 2020 contract. The follow-on contract will include a transition period. Note, the resultant HADES contract may contain an organizational conflict of interest clause and an associate contractor clause. The Government believes to minimize the most critical performance risks on the HADES contract, the selected contractor must provide the following: 1) Sufficient resources to seamlessly transition from the EDIS 2020 contract to the HADES contract. 2) High level qualifications, experience, and abilities to continue the development and sustainment of the GSE, which includes, but is not limited to, CUE&COMM, the RSC, and Jaguar. 3) Sufficient staffing, program management, and resources to support all requirements under the contract, to include the ability to maintain efficiencies while adjusting to changes in missions. The HADES Program Objectives are posted with this Sources Sought (SS) in the attached Statement of Objectives (SOO). This additional information should be helpful in better understanding the requirements of the HADES program and in responding to this SS. INSTRUCTIONS FOR SUBMISSION: SSC/SZI requests interested sources who can meet the HADES program requirements respond to this synopsis by providing a written Statement of Capability (SOC) that follows the outline of information requested below. Responses to this SS must be received via email to the primary and secondary contacts listed in this posting by the response date. Please limit your SOC to 10 pages and provide digital copy (in PDF) written in MS Word format, with font size no less than 11pt, and margins no less than 1 inch. All potential offerors shall include company size status under North American Industry Classification System NAICS 541715 � Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology). Please describe the following in the SOC: Executive Summary Company�s capabilities that apply to this SS. Work performed under contracts with requirements similar to the HADES program. Your capability to transition this type of work from an incumbent, preferably using current or recent contracts as examples. Experience as a Prime contractor on a similar contract. Interest in prime or sub opportunities. The primary risks and cost drivers associated with this effort and why? Engineering Your experience and roles played in engineering of space vehicle or satellite ground systems functions. Types of open service-oriented, cloud architectures used, and level of experience. Types and complexity of engineering solutions using Commerical Off The Shelve (COTS) components. Development Your experience and roles played in development of ground systems functions. Software development and system integration processes used and how applied. Types and complexity of engineering solutions using developed components. Types and complexity of integrated capability. Sustainment Your experience and roles played in the sustainment of ground systems functions. Management Your experience and roles played in the management of activities supporting ground systems functions. Ability to manage resources (personnel and material) in response to frequent changes in cost and schedule. Ability to work in a classified environment and obtain security clearances at various levels. Ability to recruit, hire, train, and retain personnel in the Albuquerque, NM area. Submit only unclassified information. All information should be non-proprietary information if possible. If proprietary information is deemed essential, all proprietary information should be clearly marked and associated restrictions on Government use identified. Again, this synopsis is not a formal solicitation. The Government will not award a contract on the basis of this synopsis, or to otherwise pay for the information solicited herein. Note: Both Government and contractor personnel will be used for SOC evaluation. If proprietary information is deemed essential, Non-Disclosure Agreements will be executed. SMALL BUSINESS CONSIDERATION The pertinent NAICS code for this announcement is 541715 Any business, regardless of size, in this area of expertise is encouraged to provide a response to this sources sought. Responses from small and small disadvantaged businesses are highly encouraged and the Government encourages teaming/partnering. This requirement involves data that are subject to export control requirements under the Arms Export Control Act (Department of State) or the Export Administration Regulations (Department of Commerce). Interested parties desiring to do business with the Space Force shall be registered in the DoD Central Contractor Registry with a CAGE code. ENSURING COMMERCIAL, COST-EFFECTIVE SOLUTIONS IN FEDERAL CONTRACTS Government agencies shall procure commercially available products and services, including those that can be modified to fill agencies� needs, to the maximum extent practicable, including pursuant to the Federal Acquisition Streamlining Act of 1994 (Public Law 103-355, as amended) (FASA). The Government requests that you indicate on yoru submission if you provide same or similiar services on the commercial market and would deem your services commercial.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/4fec8e1047144ccb8995999d0bb403f1/view)
 
Place of Performance
Address: Kirtland AFB, NM 87117, USA
Zip Code: 87117
Country: USA
 
Record
SN07460356-F 20250531/250529230052 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.