Andromeda Draft RFP
ID: FA881926RB001Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8819 SPECIAL PROGRAMS DIR SMC SPEL SEGUNDO, CA, 90245-2808, USA

NAICS

Guided Missile and Space Vehicle Manufacturing (336414)

PSC

SPACE VEHICLES (1555)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is seeking industry feedback through a draft Request for Proposal (RFP) for an Indefinite Delivery Indefinite Quantity (IDIQ) contract aimed at defining, designing, and building technologies and space-based systems for the Space Domain Awareness mission area. This draft RFP serves as a market survey to gather insights and recommendations from potential offerors regarding technical requirements, design reference missions, and evaluation criteria, which will inform the final solicitation. The contract will be awarded on a competitive firm fixed-price basis, emphasizing the importance of early engagement with industry partners to enhance the clarity and feasibility of the procurement process. Interested parties are encouraged to submit their feedback by 1600 PST on November 7, 2025, to the designated contacts, Captain Hannah Schulz and Major Kelly Wright, via the provided email addresses.

    Point(s) of Contact
    Captain Hannah Schulz (Contract Specialist)
    (310) 653-7796
    hannah.schulz.1@spaceforce.mil
    Major Kelly Wright (Contracting Officer)
    kelly.wright.18@spaceforce.mil
    Files
    Title
    Posted
    This document outlines the scoring criteria for the Andromeda IDIQ Solicitation Number: FA881926RB001, focusing on an Offeror's experience as a prime/lead integrator for space vehicle (SV) systems. Offerors must complete a self-score matrix, which the Government will validate. Key evaluation factors include demonstrated experience as a prime/lead integrator for: 1) a GEO SV launched within the last five years or available for launch (AFL) within 24 months, meeting specific altitude and size requirements; 2) a space-based Electro-Optical SV system producing space domain awareness (SDA) resolved image data, also launched within five years or AFL within 24 months; and 3) an RPO SV system capable of rendezvous and proximity operations, launched within five years or AFL within 24 months. The scoring matrix details how Offeror counts, weight factors, and maximum possible points are used to calculate self-scores, with a separate column for USG evaluated scores.
    The document acts as a placeholder, indicating that the intended content—likely a government RFP, federal grant, or state/local RFP—could not be displayed. It advises the user that their PDF viewer might be incompatible and suggests upgrading to the latest version of Adobe Reader for Windows, Mac, or Linux, providing links for download and further assistance. It also includes trademark information for Windows, Mac, and Linux. The main purpose of this file is to guide users in resolving display issues to access the actual document.
    The document outlines ground rules and assumptions for a SPECTRE Space Based SDA System, detailing its components and associated costs. It covers the space vehicle (including SEIT/PM, support equipment, bus, payload, booster adapter, and launch/mission operations support) and the ground segment (SEIT/PM, ground function, COTS hardware, software, ground terminal/gateway, and external network). The file also addresses pre-operations, interim contractor support, and long-term operations and sustainment. Key sections include a breakdown of non-recurring (NRE) and recurring (REC) costs across fiscal years (FY26-FY..N) for various system elements, with specific notes on quantities, locations, and exclusions (e.g., contract fee). The document provides a detailed list of parameters for program, space system, and ground segment analysis, covering aspects like contract type, total program cost, ATP to AFL duration, acquisition agency, number of units, mission type, orbit, mission assurance, test plan, mass, Technology Readiness Level (TRL), and heritage. It specifies how to report NRE and REC costs, define heritage percentages, and account for various system components.
    DoD Directive 5205.02E outlines the Department of Defense Operations Security (OPSEC) Program, updating policies and responsibilities to protect missions, functions, programs, and activities from adversaries. This directive establishes the Director, National Security Agency (DIRNSA) as the Federal Executive Agent for interagency OPSEC training, maintaining an Interagency OPSEC Support Staff (IOSS). The policy mandates that all DoD entities implement OPSEC programs, coordinating with other security and information operations. It emphasizes safeguarding critical information, identifying and mitigating indicators of U.S. intentions, and employing countermeasures. Responsibilities are detailed across various DoD components, including the Under Secretary of Defense for Intelligence and Security (USD(I&S)), DIRNSA, Director, Defense Intelligence Agency (DIA), and others, each tasked with specific OPSEC functions like policy oversight, threat analysis, compliance verification, training, and program implementation. The directive stresses annual assessments, regular surveys, and specialized training for personnel to ensure essential secrecy and mitigate risks from information exposure.
    NIST Special Publication 800-171r3, published in May 2024, provides federal agencies with recommended security requirements for protecting Controlled Unclassified Information (CUI) within nonfederal systems and organizations. This publication, developed under the Federal Information Security Modernization Act (FISMA) of 2014, outlines security controls derived from NIST SP 800-53, tailored specifically for the confidentiality of CUI in nonfederal contexts. It addresses various aspects of information security, including access control, awareness and training, and audit and accountability, organized into 17 families of security requirements. The document emphasizes the importance of consistent CUI protection across federal and nonfederal systems, offering guidance for use in contractual agreements. It also details the methodology for developing these requirements, including tailoring criteria and organization-defined parameters to allow flexibility while ensuring robust security. The publication is a critical resource for federal agencies and nonfederal organizations responsible for managing and protecting CUI, aiming to standardize safeguarding practices to support essential government missions.
    The document, "Draft RFP Review Andromeda (Base) and SPECTRe (DO #1) Controlled Unclassified Information (CUI) Proprietary/Competition Sensitive COMMENT RESOLUTION MATRIX," is a detailed review matrix for a Request for Proposal (RFP). It outlines various sections and attachments for both the Andromeda (Base IDIQ) and SPECTRe (DO#1) components. The document categorizes different types of comments (Critical, Substantive, Administrative) and provides lists for dropdown menus related to General (Technical, Cost/Price, Acquisition Plan, Other) aspects of the RFP. Key sections include Solicitation: Section L and M, and numerous attachments for the Base IDIQ such as SOW, Self-Score Matrix, and Ordering Guide, along with attachments for DO#1 like SOW, TRD, and Compliance and Reference Doc List. The matrix serves as a structured tool for managing feedback and decisions during the RFP drafting process, ensuring all proprietary and competition-sensitive information is handled appropriately.
    This government solicitation, FA881926RB001, is a multiple-award Indefinite Delivery/Indefinite Quantity (IDIQ) contract for defining, designing, and building technologies and space-based systems for the Space Domain Awareness mission. The contract outlines various services, including Concept Development, Design Phase, Build Phase, and Engineering Studies, all priced on a Firm Fixed Price basis. Key terms cover delivery, inspection, acceptance, and contract administration, emphasizing electronic payment through Wide Area WorkFlow (WAWF). The document also details critical contract clauses, such as options for increased quantity and contract extension, and specific requirements for small business participation and post-award small business program rerepresentation. This solicitation is a rated order under the Defense Priorities and Allocations System (DPAS).
    Lifecycle
    Title
    Type
    Andromeda Draft RFP
    Currently viewing
    Presolicitation
    Similar Opportunities
    INTELLIGENCE, SURVEILLANCE, ANDRECONNAISSANCE (ISR) SYSTEMS AND INFORMATION OPERATIONS (IO) FROM SEABED TO SPACE (S2ISR)
    Buyer not available
    The Department of Defense, through the Naval Information Warfare Center (NIWC) Pacific, is preparing to issue a Request for Proposal (RFP) for Intelligence, Surveillance, and Reconnaissance (ISR) Systems and Information Operations (IO) from Seabed to Space (S2ISR). This procurement aims to develop and field advanced ISR systems that enhance communication, surveillance, and security capabilities while addressing evolving threats, including support for unmanned systems related to chemical, nuclear, biological, and radiological elements. The anticipated contract will involve multiple indefinite-delivery, indefinite quantity (IDIQ) contracts with a seven-year ordering period, and the final RFP is expected to be released no earlier than November 21, 2025. Interested parties can reach out to Carl Odom at carl.n.odom.civ@us.navy.mil or by phone at 619-553-4454 for further information.
    Draft RFP - Capacity Services Communications III
    Buyer not available
    The Department of Defense, through the Defense Information Systems Agency (DISA), is seeking industry feedback on a draft Request for Proposal (RFP) for the Capacity Services Communications III contract. This indefinite delivery/indefinite quantity (ID/IQ) contract aims to provide reliable and cost-effective communication infrastructure services, including hardware, software, and technical services, to enhance DISA's communication capabilities at various locations. The contract is crucial for ensuring the scalability, security, and modernization of communication infrastructure, particularly for data centers and hybrid-cloud solutions. Interested parties can direct their inquiries to Shaun Bright or Tyme Sampson via email, and should note that the government will not accept proposals in response to this draft RFP.
    Space Command and Control (C2) Project Request for Information (RFI)
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is conducting a Request for Information (RFI) for the Space Command and Control (C2) Project, aimed at supporting potential Foreign Military Sales to the Canada Department of National Defence. This initiative seeks to gather information on capabilities and pricing for a System of Systems (SoS) that will enable Canada to effectively ingest, process, and disseminate space data across various classification levels, with a focus on data management, analytics, visualization, and interoperability with allied systems. The project is critical for addressing the current fragmentation in tools used by the Canadian Armed Forces and managing the increasing volume of space data, ensuring solutions are resilient and scalable. Interested parties are encouraged to submit their responses by December 12, 2025, and can reach out to SSC IA Market Research at ssc.iaf.marketresearch@spaceforce.mil for further inquiries.
    Request for Information (RFI) to Support Enterprise Payload Processing Management Facility Support
    Buyer not available
    The Department of Defense, specifically the United States Space Force (USSF), is seeking industry feedback through a Request for Information (RFI) regarding commercial Payload Processing Facility (PPF) support services as part of its Enterprise Payload Processing Management (EPPM) initiative. The objective of this RFI is to gather insights on current and projected PPF capabilities, services, and limitations to optimize the management and procurement of these services for USSF Space Vehicle (SV) processing, which is currently fragmented across individual program offices. This effort is crucial for enhancing the efficiency of payload processing and improving scheduling across various missions, including National Security Space, civil, and commercial operations. Interested parties should submit their responses by December 12, 2025, and can direct inquiries to Isabel Shvartsman at isabel.shvartsman@spaceforce.mil or Irma Seferi at irma.seferi@spaceforce.mil.
    ADVANCED RESEARCH ANNOUNCEMENT (ARA) TITLE: CHARACTERIZATION AND ASSESSMENT FOR SPACE DOMAIN AWARENESS (SDA)
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, has announced an Advanced Research Announcement (ARA) titled "Characterization and Assessment for Space Domain Awareness (SDA)." This initiative aims to solicit research proposals focused on developing technologies for intelligent tasking, collection, processing, exploitation, analysis, and dissemination of data to enhance Space Domain Awareness and Space Superiority. The total funding available for this ARA is approximately $99 million, with individual awards typically ranging from $1 million to $10 million and lasting up to 48 months. Interested parties should submit white papers by 5 PM EST on July 12, 2029, and can direct inquiries to Carolyn Sheaff at Carolyn.Sheaff@us.af.mil or Amber Buckley at Amber.Buckley@us.af.mil for contractual questions.
    DRAFT RFP - Landing Gear Collaborative Supply Chain Integration II
    Buyer not available
    The Defense Logistics Agency (DLA) is seeking industry feedback through a DRAFT Request for Proposal (RFP) for the Landing Gear Collaborative Supply Chain Integration II (LG-CSCI2) project, aimed at developing spare parts for landing gear in support of various weapon systems. The objective is to refine the acquisition strategy based on vendor input, with a formal RFP anticipated to be released in early 2026. This initiative is crucial for enhancing the readiness of the Air Force fleet by building on lessons learned from the previous LG-CSCI contract. Interested parties are encouraged to submit their feedback and questions to the primary contact, Nathan Flinders, via email by December 12, 2025, as the eventual contract will consist of a five-year base period with a potential five-year option, totaling up to ten years.
    USSF COMSATCOM CSCO Forecast to Industry Future Requirements Fiscal Year (FY) 2026 (as of Oct 2025)
    Buyer not available
    The United States Space Force (USSF) is seeking industry input regarding future requirements for Commercial Satellite Communications (COMSATCOM) for Fiscal Year 2026. The procurement will focus on potential Requests for Proposals (RFPs) and Requests for Quotes (RFQs) related to satellite communication capabilities, which include services such as COMSATCOM Transponded Capacity, Subscription Services, and Complex Commercial SATCOM Solutions. This initiative is critical for enhancing satellite communication capabilities, which support various military operations and strategic objectives. Interested parties can reach out to John Seacrist at john.seacrist@spaceforce.mil for further information, with the forecast document being current as of September 30, 2025.
    USSF COMSATCOM Forecast to Industry Future Requirements Fiscal Year (FY) 2025-2026 (May 2025)
    Buyer not available
    The United States Space Force (USSF) is preparing to issue Requests for Proposals (RFP) for Commercial Satellite Communications (COMSATCOM) services for Fiscal Year 2025-2026. The anticipated procurement will focus on three primary service categories: COMSATCOM Transponded Capacity (CTC), COMSATCOM Subscription Services (CSS), and Complex Commercial SATCOM Solutions (CS3), which are essential for supporting military operations through satellite bandwidth leasing and custom solutions. The projected lifecycle values for these contracts range from under $300,000 to approximately $905 million, with specific projects including Ku Band and C Band bandwidth for range testing and high-throughput services for data applications. Interested parties should note that the timeline for anticipated RFQ releases is from June to December 2025, with awards expected in late 2025 and early 2026. For further inquiries, contact John Seacrist at john.seacrist@spaceforce.mil.
    REQUEST FOR INFORMATION: AFLCMC/WING IMAGING AND TARGETING SUPPORT FISCAL YEAR 2027
    Buyer not available
    The Department of Defense, through the Air Force Life Cycle Management Center (AFLCMC/WIN), is conducting a Request for Information (RFI) to gather insights on next-generation airborne Geospatial Intelligence (GEOINT) capabilities for its Wing Imaging and Targeting Support (I&TS) program for Fiscal Year 2027. The RFI aims to identify promising technologies and projects that can enhance the Air Force's GEOINT sensors and sensemaking capabilities, focusing on three specific mission areas outlined in the 2024 US Air Force Chief of Staff One Force Design document. Interested parties are invited to submit white papers and tri-charts, particularly in the realm of quantum sensing technologies, with projects expected to have a budget of less than $2.5 million annually and a Technology Readiness Level (TRL) of 4-6, aiming for TRL 6 or higher. Submissions are due by January 19, 2026, at 1600 EST, and a virtual Industry Day will be held on December 15, 2025; for inquiries, contact the Program Manager at AFLCMC.WING.ITS@us.af.mil.
    SDA Proliferated Warfighter Space Architecture (PWSA) - Systems, Technologies, and Emerging Capabilities (STEC) Broad Agency Announcement (BAA)
    Buyer not available
    The Department of Defense, through the Space Development Agency (SDA), is soliciting proposals for the Proliferated Warfighter Space Architecture (PWSA) under the Systems, Technologies, and Emerging Capabilities (STEC) Broad Agency Announcement (BAA). The SDA seeks innovative architecture concepts, systems, and technologies that will enhance military capabilities and address evolving warfighter needs, particularly focusing on advanced target custody, missile tracking, and the integration of new technologies within the PWSA framework. This initiative is critical for bolstering U.S. national security through progressive space-based solutions, with a strong emphasis on collaboration with government stakeholders. Interested parties are encouraged to submit executive summaries by April 8, 2025, for the U.S. "Iron Dome" architecture studies, and by April 14, 2025, for the PWSA Ground Segment and AppFac transition studies, with further details available through the provided contact email: ussf.pentagon.sda.mbx.fa-250125s-0001@mail.mil.