Starling Space Traffic Monitoring
ID: 80ARC025R003Type: Special Notice
Overview

Buyer

NATIONAL AERONAUTICS AND SPACE ADMINISTRATIONNATIONAL AERONAUTICS AND SPACE ADMINISTRATIONNASA AMES RESEARCH CENTERMOFFETT FIELD, CA, 94035, USA

NAICS

Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology) (541715)

PSC

SPACE R&D SERVICES; SPACE FLIGHT, RESEARCH AND SUPPORTING ACTIVITIES; EXPERIMENTAL DEVELOPMENT (AR13)
Timeline
    Description

    NASA's Ames Research Center is seeking to award a sole-source, firm-fixed-price contract to ERADrive, Inc. for the development of software algorithms and services aimed at detecting, identifying, and tracking Resident Space Objects using star-tracker cameras on the Starling spacecraft swarm. The contract will involve the integration of software for a four-satellite system's Xilinx Zynq processor, with a focus on testing scalability, response time, and overall capabilities over a 24-month period from May 2025 to May 2027. This procurement is critical for enhancing space traffic monitoring capabilities and is justified under FAR 6.302-1 due to ERADrive, Inc.'s unique ability to provide a compatible operational system leveraging existing on-orbit infrastructure. Interested organizations are encouraged to submit their capabilities and qualifications to Joshua Taggart via email by 5:00 PM CT on April 30, 2025, to determine if a competitive acquisition process will be pursued.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Special Notice
    Similar Opportunities
    Notice of Intent to Sole Source: Satellite Processing and Integration Facility Support Extension
    Dept Of Defense
    The Department of Defense, through the Space Development Agency (SDA), intends to modify a sole source contract with SpaceX for continued support of a satellite processing and integration facility. This facility is designed to accommodate up to 21 satellites and associated hardware, facilitating essential post-transport functional testing, mechanical and electrical integration, and payload encapsulation. The planned modification, valued at approximately $29.2 million, will extend the contract's performance period by one year, with an additional one-year option, and is expected to be awarded in December 2025. For inquiries, interested parties may contact the SDA Special Notice Coordinator via email at ussf.pentagon.sda.mbx.sn-26-0002@mail.mil.
    FY26 Wave6 Renewal
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is planning to award a sole source contract for the FY26 Wave6 Renewal to DS Government Solutions Corp, identified as the sole provider for this requirement. This procurement, managed by the NASA Shared Services Center, will be conducted under FAR 13.106-1(b)(1)(i) and will take place at the NASA Johnson Space Center in Houston, Texas. The services sought are categorized under Other Computer Related Services, specifically focusing on IT and telecom business application development software as a service. Interested organizations are invited to submit their capabilities and qualifications by 1 p.m. Central Standard Time on December 1, 2025, to Cara Craft at cara.s.craft@nasa.gov, which may influence the decision on whether to conduct a competitive procurement process.
    LaRC Altair Renewal
    National Aeronautics And Space Administration
    NASA's National Aeronautics and Space Administration (NASA) Shared Services Center is seeking to award a sole source contract for the renewal of Altair Units Lease and Maintenance for the Langley Research Center (LaRC). This procurement involves the lease of 60 Altair Units from the Enterprise Suite and 84 Altair Units for Mechanical Engineering, essential for ongoing research and development activities at LaRC, particularly due to the software's critical integration with other programs like LS-DYNA and Pro Engineer. The contract is set to cover the period from December 22, 2025, to December 21, 2026, and interested organizations may submit their capabilities and qualifications by December 16, 2025, to potentially influence the procurement process, although NASA retains discretion over the final decision. For further inquiries, interested parties can contact Stephanie Graham at Stephanie.n.Graham@nasa.gov.
    SOURCES SOUGHT SPECIAL NOTICE 2025
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) Ames Research Center is issuing a Sources Sought Special Notice for potential partners interested in developing competitive proposals for various NASA Announcements of Opportunity (AOs) and Broad Agency Announcements (BAAs). The primary objective is to identify partners capable of conducting scientific investigations, research activities, and technology demonstrations that align with NASA's goals, as well as providing necessary flight hardware for these missions. This initiative is crucial for advancing NASA's exploration and research capabilities, particularly in areas such as planetary exploration and space science. Interested parties are encouraged to submit their responses, including relevant capabilities and partnership interests, to the designated contact at ARC-Sources-Sought@mail.nasa.gov, with responses accepted at any time and maintained for three years after receipt.
    Space Technology Advanced Research (STAR)
    Dept Of Defense
    The Department of Defense, through the Air Force Research Laboratory (AFRL), is soliciting proposals under the Space Technology Advanced Research (STAR) program to advance research and experimentation in space-flight technologies. This initiative invites white papers from all businesses, focusing on innovative solutions that enhance national defense capabilities in areas such as space vehicle functionality, mission effects, and command and control strategies. The anticipated contract awards range from $50,000 to $100 million, with a two-step submission process requiring white papers to be submitted via the AMRDEC SAFE website. Interested parties can reach out to the primary contact, Daniel J. Alvarado, at daniel.alvarado.12@spaceforce.mil or 505-853-4755 for further information, while noting that the offer due date is currently unspecified.
    KI-492 National Security Agency (NSA) Certification
    Dept Of Defense
    The Department of Defense, through the Space Development Agency (SDA), intends to award a sole-source contract to Innoflight for the KI-492 National Security Agency (NSA) certification Engineering Change Proposal (ECP), which includes necessary software updates and fixes for the KI-492 encryption device. This procurement is critical for ensuring the device's compliance with NSA requirements for secure communications, as the KI-492 is integral to the SDA's operations, particularly for Tranche 2 applications. Interested parties may express their interest and provide a description of how they can fulfill the requirements by emailing the primary contact, Marco Castaneda, by December 22, 2025, at 5:00 PM EST. The anticipated contract will be a firm-fixed price agreement, and all interested vendors must be registered with the System for Award Management (SAM) to be eligible for award.
    Justification for Other than Full and Open Competition (JOFOC): Aviation Safety Reporting System (ASRS) and Related Systems - Extension 3
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) Ames Research Center is extending a sole-source contract for the Aviation Safety Reporting System (ASRS) and related systems, originally awarded on May 8, 2023. This contract extension, designated as Contract No. NNA16BD58C, will last for twelve months, from May 9, 2023, to May 8, 2024, contingent upon the exercise of all options. The ASRS plays a critical role in enhancing aviation safety by collecting and analyzing safety reports, thereby contributing to the overall safety of air travel. For further inquiries, interested parties can contact Nairi Freeman at nairi.freeman@nasa.gov or Veronica Gutierrez at veronica.l.gutierrez@nasa.gov, with the secondary contact also reachable by phone at 650-604-5626.
    DTS SLICE NANO Hardware
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) Shared Services Center is seeking to procure DTS SLICE NANO Hardware from Diversified Technical Systems, Inc. (DTS) as a sole source requirement. This procurement is critical for replacing systems that were damaged during SpaceX Bay 12 testing, specifically for the Anthropomorphic Test Device (ATD) used at NASA Langley Research Center (LaRC) for crash testing. The DTS SLICE NANO system is essential for maintaining operational continuity and ensuring the integrity of critical instrumentation data during tests, as utilizing an alternative vendor would jeopardize ongoing operations and lead to significant delays and costs. Interested organizations may submit their capabilities and qualifications by 8 a.m. Central Standard Time on December 16, 2025, to Stephanie Graham at Stephanie.n.Graham@nasa.gov, as the government retains discretion on whether to conduct a competitive procurement process.
    SPACE TECHNOLOGY ADVANCED RESEARCH-FAST-TRACKING INNOVATIVE SOFTWARE AND HARDWARE (STAR-FISH) ADVANCED RESEARCH ANNOUNCEMENT (ARA) WITH CALLS
    Dept Of Defense
    The Department of Defense, through the Air Force Research Laboratory (AFRL), is issuing the Space Technology Advanced Research-Fast-Tracking Innovative Software and Hardware (STAR-FISH) Advanced Research Announcement (ARA) with Calls, aimed at acquiring innovative research proposals related to space-flight and associated technologies. This solicitation invites researchers to submit proposals and white papers addressing specific research needs, including advancements in space vehicle functionality, mission capabilities, and anomaly detection, with an estimated funding range between $50,000 and $100,000,000 depending on project specifics. The STAR-FISH ARA remains open indefinitely, emphasizing the importance of compliance with export controls and government property regulations, and encourages interested parties to engage with government representatives for discussions. For inquiries, stakeholders can contact the primary contracting officer, Daniel J. Alvarado, at daniel.alvarado.12@spaceforce.mil or by phone at 505-853-4755.
    Launch and Early Orbit, Anomaly Resolution and Disposal Operations (LADO) Follow-On (SOLE SOURCE)
    Dept Of Defense
    The Department of Defense, specifically the U.S. Air Force, is seeking a sole-source contractor to provide software, hardware, and engineering services for the Launch and Early Orbit, Anomaly Resolution, and Disposal Operations (LADO) program. The contract, valued at approximately $34 million, is intended to support the LADO system, which is critical for GPS satellite operations, as it transitions to the Next Generation Operation Control System (OCX) that has faced delays. The procurement includes a base period of 12 months with options for additional six-month periods, and interested parties can contact Audrey Lee at audrey.ARMSTRONG.4@US.AF.MIL or Christa Phillips at christa.phillips.1@us.af.mil for further details.