SOURCES SOUGHT
99 -- Space Domain Awareness (SDA) Novel Innovation Pipeline for Enhanced Resilience (SNIPER)
- Notice Date
- 9/13/2025 6:49:02 AM
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- FA8820 SUSTAINMENT SDACP SSC/PKL PETERSON SFB CO 80914 USA
- ZIP Code
- 80914
- Solicitation Number
- SSC_BMC3I_SpOC_MD2_2STS_SNIPER
- Response Due
- 10/6/2025 4:00:00 PM
- Archive Date
- 10/21/2025
- Point of Contact
- Victoria Lloyd, Captain Christine De Jesus
- E-Mail Address
-
victoria.lloyd@spaceforce.mil, christine.de_jesus.1@spaceforce.mil
(victoria.lloyd@spaceforce.mil, christine.de_jesus.1@spaceforce.mil)
- Description
- I. DESCRIPTION: Multiple-award prototype efforts for innovative software tools to improve existing Space Domain Awareness (SDA) systems. The intent is to take an existing solution via rapid prototyping from Technology Readiness Level (TRL) 5 up to TRL 8 in support of potential fielding into an operational baseline. North American Industry Classification System (NAICS) codes: 541330 - Engineering Services 541715 - Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology). II. THIS IS A SOURCES SOUGHT ANNOUNCEMENT ONLY. This notice does not constitute a commitment by the Government. All information submitted in response to this announcement is voluntary, and the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government. The Government is under no obligation to acknowledge receipt of submissions or of the information received, or to provide feedback to respondents with respect to any information submitted under this announcement. This Sources Sought seeks information from potential prime contractors and sub-contractors to perform rapid prototyping for innovative tools to improve existing Space Domain Awareness (SDA) systems and capabilities. Interested contractors should possess expertise, capacity, and experience to execute the rapid prototyping of software-based SDA tools that will produce a product at TRL 8 � 9 (Reference: Department of Defense Guidebook for Technology Readiness Assessment, June 2023) in support of potential fielding to an operational baseline. Innovation efforts will likely comply with the potential pathway outlined in the Innovation Acquisition Process attachment. Innovative tools, processes, and solutions currently being used by industry today can be applied to government use. The Government currently receives innovative tools at TRL 5 from industry, research labs, and academia. The Government can support placing those tools in a representative environment and provide access to contractors engaged in rapid prototyping. This Sources Sought Announcement is issued solely for informational and planning purposes only and is not a solicitation. III. INFORMATION REQUESTED: Interested parties are requested to provide the following information via Microsoft Forms link (https://forms.osi.apps.mil/r/FM6UxeAUBs). Does your company have any experience in developing and/or fielding through rapid prototyping of SDA tools (maturing from TRL 5 to TRL 8-9) with a Department of Defense (DoD) contract? If so, please describe your company�s previous experience, technical ability, and capacity for this request. Please describe any challenges that your company faced and changes to address those challenges. Please describe your company�s previous experience and involvement in developing or fielding any prototype or proof of concept related to SDA in any U.S. Air Force (USAF) or U.S. Space Force (USSF) incubator programs or innovation pipelines, such as Air Force Research Laboratory's (AFRL) SpaceWERX or Space System Command's (SSC) SDA Tools and Applications (TAP) Lab. How has your company fulfilled Department of Defense (DoD) cybersecurity Testing and Evaluation (T&E) (Reference: DoD Instruction 5000.89) in the development and fielding of SDA tools into an operational baseline? What prototypes or proof of concepts related to SDA has your company developed in any USAF or USSF incubator programs or innovation pipelines such as SpaceWERX or SDA TAP Lab? Please provide a brief description (in 3-5 sentences) for each effort and identify the TRL achieved. What challenges has your company faced in any USAF or USSF incubator programs or innovation pipelines such as SpaceWerx or SDA TAP Lab? What changes were made to address those challenges? What are the limitations that your company faces when developing and fielding innovative SDA technologies/applications? Such as, but not limited to, space data quality or accessibility. Does your company have suggestions or existing processes, such as but not limited to SDA technology transition to operational use, potential engagements between vendor(s) and government, or potential contracting mechanisms for the desired rapid prototyping effort? Please explain. Has your company developed and/or fielded any machine learning, automation, or other artificial intelligence applications or prototypes of applications for SDA? If so, please provide a short description (in 5-10 sentences) of each of them. Also, please identify if the applications or prototypes were validated or if there are plans to validate them. For Small Business Submissions: Is your company eligible for a Small Business Innovation Research (SBIR) contract? If so, have you had or do you have an existing SBIR contract? Please describe. IV. SMALL BUSINESS CONSIDERATION: The Government is open to a variety of NAICS codes for responses to this announcement. Please state what NAICS code(s) your company believes could be appropriate for this work. 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 is 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. V. SUBMISSION INSTRUCTIONS: Responses to this sources sought, not to exceed 5 pages, must be received via attached Microsoft Forms Link (https://forms.osi.apps.mil/r/FM6UxeAUBs) no later than 6 October 2025. Submittals that contain sensitive or proprietary materials must be coordinated with either the primary or secondary points of contact. SSC support contractors are supporting the Government on this effort. As such, information submitted in response to this sources sought may be released to individuals who work for SSC. Please immediately notify the primary point of contact if your company does not consent to the release of proposal information to these company personnel.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/62c1f78a2d294356971426556bf08eba/view)
- Place of Performance
- Address: Colorado Springs, CO, USA
- Country: USA
- Country: USA
- Record
- SN07589728-F 20250915/250913230035 (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 |