SOURCES SOUGHT
99 -- Kill-web Operations Sustainment & Maintenance Of SDA (Space Domain Awareness) Systems (KOSMOSS)
- Notice Date
- 9/15/2025 7:36:07 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_KOSMOSS
- Response Due
- 10/9/2025 11:00:00 PM
- Archive Date
- 12/31/2025
- 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
- Seeking a holistic approach for future contract award(s) to maintenance, sustainment, and modernization of integrated Space Operations Command�s (SpOC) Mission Delta 2 (MD2) systems and capabilities. Level of classification runs from unclassified to Top Secret SCI. 1. 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 on potential prime contractors, sub-contractors and teaming arrangements to perform sustainment, maintenance and modernization for current and future Space Domain Awareness (SDA) integrated mission systems owned by SpOC�s MD2. The stand-up of integrated Mission Deltas highlights the need to modernize and integrate systems that address �Kill Webs� and support SDA across the operational spectrum. MD2 generates, presents, sustains, and improves combat-ready SDA forces to secure our Nation�s interest in, from and to space. SDA is crucial for all USSF missions and core functions, including human spaceflight safety, space control, global mission operations, battle damage assessment, and space access. Efforts will follow an agile approach to support the rapid and continuous release of software capabilities to the user. This Sources Sought Announcement is issued solely for informational and planning purposes only and is not a solicitation. Attachments: SDA Strategic Pillers and Associated Systems is deemed CUI. SSC Front Door (https://sscfrontdoor.experience.crmforce.mil/SSCFrontDoor/s/connect) can be used to enable sharing to vetted companies that can receive CUI. 2. Information Requested: Interested parties are requested to provide information (via the Microsoft Forms link) addressing the following: Would your company prefer to serve as a prime contractor, sub-contractor, or both? Which Strategic Pillars (Software, Optical, Radar, Space Infrastructure), SDA areas, or integration efforts are you interested in? Has your company demonstrated the ability to leverage the application of Artificial Intelligence and available commercial space products for use by the Government in SDA areas or sustainment and modernization? Has your company demonstrated the ability to sustain, maintain, and/or modernize ground-based optical systems (telescopes)? Please provide specific examples. As some sensors may be overseas, does your company foresee any challenges, including International Traffic in Arms Regulations (ITAR) restrictions with performance at overseas locations? Has your company demonstrated the ability to sustain, maintain, and/or modernize radar systems? Please provide specific examples. As some sensors may be overseas, does your company foresee any challenges, including ITAR restrictions, with performance at overseas locations? Has your company demonstrated the ability to sustain, maintain, and/or modernize command and control or SDA software in an agile approach? Please provide specific examples. Has your company demonstrated the ability to sustain, maintain, and/or modernize space systems� terrestrial infrastructure for integrated system environments? Successful integration includes platform, software, and transport infrastructure to leverage a variety of available networks with several data formats. Please provide specific examples. How would you recommend the Government organize a sustainment and modernization contract strategy to integrate systems across the MD2 SDA portfolio? This could be spread across multiple/single delivery orders, other contracts and may involve an integration organization. Does your company recommend specific contract types? If so, please state preferred contract types and reasoning. Combining different contract types for the different strategic pillars or different aspects of this potential scope of work is acceptable. SMALL BUSINESS CONSIDERATION Please include in your response what North American Industry Classification System (NAICS) codes you think should be applicable for this effort. 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. SUBMISSION INSTRUCTIONS Responses to this sources-sought, not to exceed 8 pages (one-inch margins, 12-point Times New Roman font), must be electronically received via this link https://forms.osi.apps.mil/r/qSeG42MkGS no later than 10 October 2025 (noon MTN). Submittals that contain proprietary materials must be coordinated with the Government specified points of contact. Space Systems Command (SSC) support contractors are supporting the Government in 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/de3c90fed1724bd290a9ed52f510167d/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN07591569-F 20250917/250915230052 (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 |