SOURCES SOUGHT
R -- Red LAN Sustainment
- Notice Date
- 12/8/2025 3:12:44 PM
- Notice Type
- Sources Sought
- NAICS
- 541990
— All Other Professional, Scientific, and Technical Services
- Contracting Office
- FA8823 SUSTAINMENT MCPNT SSC/PKL PETERSON AFB CO 80914-2900 USA
- ZIP Code
- 80914-2900
- Solicitation Number
- FA882126R0001
- Response Due
- 1/2/2026 11:00:00 AM
- Archive Date
- 01/17/2026
- Point of Contact
- James Delay, Capt Brandon Nguyen
- E-Mail Address
-
james.delay.3@spaceforce.mil, brandon.nguyen.3@spacefoce.mil
(james.delay.3@spaceforce.mil, brandon.nguyen.3@spacefoce.mil)
- Small Business Set-Aside
- NONE No Set aside used
- Description
- 1. Purpose: The purpose of this Request for Information (RFI) is issued solely for information and planning purposes (market research) and does not constitute a solicitation (Request for Proposal (RFP), Request for Quotations (RFQ)), nor a promise to issue a solicitation in the future. The purpose of this Sources Sought is for market research purposes only and 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 has 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. Questions related to this RFI should be directed exclusively by email to the Primary and Alternate CO listed below. Please provide all questions pertaining to the RFI NLT 2 JAN 2026 at 1200 MDT. 2. Project Overview: The Government has a need for the sustainment of the Red LAN system. The Red LAN system is a secure data processing and distribution enclave used to receive and distribute Space Domain Awareness (SDA) data. The Red LAN system is an operational platform with Cross Domain Solution (CDS) capabilities for integration, and operational testing of sensor mission data at all classification levels. The Red LAN system consists of operational instantiations, each with redundant strings. Each instantiation is independently capable of data dissemination for USSPACECOM�s SDA and Orbital Warfare (OW) missions. The Red LAN system is configured to provide continuous 24-hour a day receipt, processing, and distribution of data from SDA providers, without loss of data during maintenance periods. The RFI seeks to conduct market research on the current state of the industrial base that provides the capabilities related to the sustainment of a mature data processing and distribution system. The sustainment contract tasks include but are not limited to: organizational level maintenance tasks (hardware/software), sustaining engineering and anomaly resolution, maintenance data collection, special studies, modifications and upgrades, depot level maintenance tasks (hardware/software), supply support and inventory management, configuration management, technical data management, depot support facility management, classified communications/network access accreditation, cybersecurity sustainment and security management. 3. Small Business Consideration: The pertinent North American Industrial Classification System (NAICS) code for this announcement is 541990 with the applicable size standard of $19.5M. Any business, regardless of size, in this area of expertise is encouraged to submit a Statement of Capability (SOC) to demonstrate the ability to meet the requirements listed above to show that competition would be advantageous to the Government. Responses from small and small disadvantaged businesses are highly encouraged and the Government encourages teaming/partnering. Responders to this RFI shall indicate whether they are a large business, small business, small-disadvantaged business, 8(a) small business, women-owned small business, HUBZone small business, veteran-owned small business, or service-disabled veteran-owned small business and all applicable NAICS codes. Interested parties desiring to do business with the U.S. Space Force shall be registered in the Department of War (DoW) Central Contractor Registry. Respondents must specify if they are a U.S. or foreign owned firm. This acquisition 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). 4. Response Instructions: Interested contractors are encouraged to submit an Unclassified written response in the form of a SOC and should contain the following information: I. General Company Information: Company Name and Contact Information: Business Size and Socioeconomic Status: DUNS Number and CAGE Code: Brief Technical Summary and Company Overview: 1-2 paragraph summary of your company's technical capabilities, core mission, and focus. Focus on your company's experience with data processing and distribution systems, particularly those with security requirements similar to Red LAN. Highlight any relevant experience in Space Domain Awareness, Cross Domain Solutions, Special Access Programs, and Authority to Operate processes. Please avoid jargon and unnecessary/irrelevant details. II. Relevant Experience/Past Performance: (Include no more than three (3) Unclassified Relevant Experience/Past Performance Examples). A. Contract Details: Federal Agency or Commercial Entity Name: Contract Number and Point of Contact: (If Government contract/award, include name and email of program manager or contracting officer�s representative) Role: (List if you were the Prime or Subcontractor) Contract Type: (e.g., Firm Fixed Price, Time & Materials, Cost Plus Award Fee, Indefinite Delivery/Indefinite Quantity (IDIQ)). Contract Value: (Value reflective of your portion of the performance only) Contract Period of Performance: NAICS Code(s) of the project: B. Project Description: Problem Statement/Requirement: Clearly articulate a similar problem/requirement addressed by your experience/performance. Specific Technologies Used: List all relevant technologies (hardware, software, programming languages, databases, cloud platforms, data warehousing solutions, security tools, networking protocols, etc.). Address technologies relevant to sustainment and enhancement to operational systems, Cross Domain Solutions, Space Domain Awareness, and security standards. Description of Related Work: Describe experiences integrating and managing systems with similar data processing and security requirements to Red LAN. Specifically, detail your experience with: Implementing and maintaining Cross Domain Solutions (CDS) for secure data transfer between different security classifications. Managing and protecting data within Special Access Programs (SAP) Sustainment Approach: Describe your recommended contract type and approach to sustaining an operational system like Red LAN. Include relevant information about strategies you employ to minimize down time during maintenance and upgrades; how to ensure data integrity and availability during sustainment activities; and methods for anomaly detection and resolution; and any steps your company takes to ensure critical knowledge is maintained across personnel for minimal disruption to operations over time. Security: Potential sources interested in a prime contractor role must show experience with security clearances, facility accreditation, security certifications, compliance, and security policies and procedures. Indicate your current ability (or plan) to obtain/maintain a TS/SCI/SAR accredited SCIF and SAPF to house Government equipment and information, and to have personnel with current TS/SSBIs clearances. (e.g., Facility Security Clearance or experience with dealing with employees having clearances). Indicate experience with security certifications, compliance, and procedures: Provide a summary of your approach to data security compliance with Department of War (DoW) and National Security Agency (NSA) instructions, as well as successes and challenges working with government Authorizing Officials. Include specific examples of successfully navigating the Authority to Operate (ATO) process for systems with similar security requirements. Responses to this RFI must be received via email to each POC listed below no later than 2 JAN 2026. Responses must be in an electronic format (Adobe PDF) and must conform to 8.5� X 11� page size, 1� margins, and a type 12 font. Submittals must not exceed 5 pages (single sided) in length excluding a cover page. 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 RFI. The Government will not reimburse any cost associated with submitting information in the SOC response to this market research, any follow-up information requests, nor shall any cost be allowed on any Government contract. The Government will not accept company literature or marketing materials. Proprietary Information will be safeguarded in accordance with applicable regulations. Respondents shall indicate which portions of its response are Intellectual Property (IP) and mark IP accordingly. Advisory and Assistance Services (A&AS) support contractors are supporting the Government on this effort. As such, information submitted in response to this RFI may be released to individuals who work for support contractors supporting the Government on this effort. Please note any such concerns on the cover page of your submission, and separately, immediately notify the primary point of contact if your company does not consent to the release of provided information to support company personnel. Foreign firms cannot participate in this acquisition at the prime contractor level. However, foreign firms can participate in this acquisition at the subcontractor level if they are eligible to do business with the U.S. Government. Note: Offerors must comply with International Traffic in Arms Regulations (ITAR). 5. Contact Information: Mr. James Delay Contracting Officer james.delay.3@spaceforce.mil
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/3becd4535daa4460981ea6b40c2b68f8/view)
- Place of Performance
- Address: Colorado Springs, CO, USA
- Country: USA
- Country: USA
- Record
- SN07660131-F 20251210/251208230037 (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 |