SOURCES SOUGHT
A -- Tranche 3 Ground Entry Point (GEP) Development and Integration
- Notice Date
- 1/5/2026 8:46:46 AM
- Notice Type
- Sources Sought
- NAICS
- 541715
— Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
- Contracting Office
- FA2401 SPACE DEVELOPMENT AGENCY SDA CHANTILLY VA 20151-2222 USA
- ZIP Code
- 20151-2222
- Solicitation Number
- SDA-SN-26-0003
- Response Due
- 1/20/2026 1:00:00 PM
- Archive Date
- 02/04/2026
- Point of Contact
- SDA Mailbox SN-26-0003
- E-Mail Address
-
ussf.pentagon.sda.mbx.sn-26-0003@mail.mil
(ussf.pentagon.sda.mbx.sn-26-0003@mail.mil)
- Small Business Set-Aside
- NONE No Set aside used
- Description
- The Space Development Agency is seeking sources for the Tranche 3 Ground Entry Point (GEP) Development and Integration. CONTRACTING OFFICE ADDRESS: Space Development Agency 1670 Air Force Pentagon Washington, DC 20330 INTRODUCTION: This is a SOURCES SOUGHT ANNOUNCEMENT to acquire multiple GEPs in support of SDA�s Tranche 3. The draft Statement of Work (SOW) is found in Attachment 1, Draft SOW. The Government anticipates an acquisition strategy of full and open competition on SAM.gov. In accordance with FAR Part 10, Market Research, the Space Development Agency is seeking information on potential sources for GEPs in support of the SDA Tranche 3 constellation. The contractor will be responsible for performing GEP site civils, procurement, installation, integration, test and verification of GEP site communications shelters, antennas and antenna electronics, optical terminals and optical electronics, and GEP site networking equipment and software at multiple, globally dispersed, GEP installations. These installations will provide terrestrial links with SDA�s Tranche 1,2, and 3 constellations through a mixture of Optical Communication Terminals (OCTs), RF Ka-band communication, and backup capability in the form of S-band for Telemetry, Tracking, and Command (TT&C). All GEPs are intended to provide autonomous SV communication in response to scheduled contacts as coordinated through the Ground Resource Manager (GRM) and the local site controller. The GRM maintains constant communication with each GEP to configure contacts, confirm GEP status, and relay contact metrics. As the terrestrial link to a proliferated communications constellation, the GEP transmits uplink commanding to the Space Vehicles (SVs) and relays received data back to the Operation Center (OC) for decryption and routing to end users through secure channels. The anticipated contract will be structured as an Indefinite Delivery Indefinite Quantity with a five (5) year period of performance from the effective date of award. Security Requirements: Performer must have and maintain an active SECRET clearance for the duration of the contract period Previous Contract Background: Not Required Anticipated CLIN Structure: The Government is contemplating the use of a contract with CLINS to include Cost Plus Award Fee and Firm Fixed Price. The RFP release date is subject to change but is anticipated to be posted in February 2026. Interested parties are encouraged to monitor all postings. SOURCES SOUGHT INFORMATION: DISCLAIMER: THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL (RFP), REQUEST FOR QUOTE (RFQ) OR AN INVITATION FOR BID (IFB). IN ACCORDANCE WITH FAR 15.201(e), THIS NOTICE DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT.NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. THE GOVERNMENT MAY USE THE INFORMATION OBTAINED FROM RESPONSES TO THIS NOTICE IN DETERMINING ITS ACQUISITION APPROACH. THE ISSUANCE OF THIS NOTICE DOES NOT RESTRICT THE GOVERNMENT ACQUISTION APPROACH. REQUIRED CAPABILITIES: Interested firms should submit information as to the capabilities, capacity, and experience to perform the requirements set forth in the draft Statement of Work (SOW), Attachment 1. The capabilities should describe relevant contract experience offered to Government and commercial customers, include a reference to the contract number, magnitude, place of performance and points of contact for each example provided (name, POC, mailing address, e- mail, telephone number, fax number and the company�s web page (if applicable). Submitted information shall be UNCLASSIFIED. NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM CODE. (NAICS): The anticipated NAICS Code is 334220; the corresponding Small Business size standard in total number of employees is 1,250. If the NAICS Code or Small Business size standard appears to be incorrect, please suggest an alternative NAICS Code and Small Business size for consideration. OMBUDSMAN � DAFFARS 5352.201-9101 (JUL 2023): An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the interested party to another official who can resolve the concern. Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). If resolution cannot be made by the contracting officer, the interested party may contact the ombudsman. For USSF (United States Space Force) acquisitions (excluding SMC acquisitions) please contact the Director of Contracts, Air Force Installation Contracting Center, Operating Location - Space (AFICC/KS OL-SPC) via the following e-mail workflow address: afica.ks.wf@us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/FLDCOM/DRU ombudsman level, may be brought by the interested party for further consideration to the Department of the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (571) 256-2395, facsimile number (571) 256-2431. The ombudsman has no authority to render a decision that binds the agency. Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the contracting officer. (End of Clause) 1.7 SUBMISSION DETAILS: Vendors interested in responding to this announcement should submit unclassified technical capabilities statement via email NLT, 20 January 2026, 1700 ET, to the Contract Specialist and Contracting Officer at ussf.pentagon.sda.mbx.sn-26-0003@mail.mil. NO PHONE CALLS OR FAXES WILL BE ACCEPTED. CLASSIFIED information will NOT be accepted. The Government will not award a contract solely based on this Sources Sought, nor will it reimburse the contractor for any costs associated with preparing or submitting a response to this notice. Responses shall be limited to ten (10) pages. Proprietary information, if any, should be minimized and MUST BE CLEARLY MARKED. To aid the Government, please segregate proprietary information. Please be advised that all submissions become Government property and will not be returned. It is the submitter�s sole responsibility to verify the e-file was received and can be viewed. All information received that is marked Proprietary will be handled accordingly. Please be advised that all submissions become Government property and will not be returned. All Government and contractor personnel reviewing sources sought responses will have signed non- disclosure agreement and understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information as described in 41 USC 423. The Government shall not be held liable for any damages incurred if proprietary information is not property identified. RESPONSES SHALL INCLUDE: Business name and address; Name of company representative and their business title; Business Size and Type of Small Business (if applicable); Cage Code; DUNS Number; Capabilities statement package (no more than ten pages) demonstrating ability to perform in accordance with paragraphs 1.3 and 1.4 above and Attachment 1, SOW. Provide any anticipated teaming arrangements or information regarding your plans to use a joint venture. Any response involving teaming arrangements should delineate between the work that could be accomplished by the prime and the work that could be accomplished by the teaming partner(s). Additionally, provide a description of similar services offered to the Government or to commercial customers within the past three years. Provide suggested contract line-item number (CLIN) arrangements best suited for these services. Provide other suggestions to ensure this contract requirement and contents are best suited for these services. Identify any major performance, schedule, or cost risk anticipated at this time. 1.9 QUESTIONS: Questions regarding this announcement shall be submitted in writing by email to the Contracting POCs stated in Para 1.7 above. Questions are to be submitted NLT 12 January 2026, 1700 ET. Verbal, phone or fax questions will NOT be accepted. Answers to questions will be posted on SAM.gov website. Questions shall NOT contain proprietary or classified information. 1.10 SUMMARY: THIS IS A SOURCES SOUGHT to identify potential contractors that can provide GEPs in support of the SDA Tranche 3 constellation, this effort will deliver multiple, globally dispersed, GEP installations. These installations will provide terrestrial links with SDA�s Trance 1,2, and 3 constellations through a mixture of Optical Communication Terminals (OCTs), RF Ka-band communication, and backup capability in the form of S-band for Telemetry, Tracking, and Command (TT&C). All GEPs are intended to provide autonomous SV communication in response to scheduled contacts as coordinated through the Ground Resource Manager (GRM) and the local site controller. The GRM maintains constant communication with each GEP to configure contacts, confirm GEP status, and relay contact metrics. As the terrestrial link to a proliferated communications constellation, the GEP transmits uplink commanding to the Space Vehicles (SVs) and relays received data back to the Operation Center (OC) for decryption and routing to end users through secure channels. The information provided in this announcement is subject to change and is not binding on the Government. The DAF has not made a commitment to procure any of the supplies/services discussed and release of this Sources Sought should not be construed as such a commitment or as authorization to incur cost for which reimbursement would be required or sought. All submissions become Government property and will not be returned.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/3fa1dacc410c43d1a51685248418f0b1/view)
- Place of Performance
- Address: Washington, DC 20330, USA
- Zip Code: 20330
- Country: USA
- Zip Code: 20330
- Record
- SN07677749-F 20260107/260105230030 (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 |