Proliferated Warfighter Space Architecture Tranche 3 Tracking Layer (T3TRK)
ID: SDA-PS-25-02Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA2401 SPACE DEVELOPMENT AGENCY SDACHANTILLY, VA, 20151-2222, USA

NAICS

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

PSC

NATIONAL DEFENSE R&D SERVICES; DEPARTMENT OF DEFENSE - MILITARY; EXPERIMENTAL DEVELOPMENT (AC13)
Timeline
  1. 1
    Posted Apr 7, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 7, 2025, 12:00 AM UTC
  3. 3
    Due May 22, 2025, 4:00 PM UTC
Description

The Department of Defense, through the Space Development Agency (SDA), is soliciting proposals for the Proliferated Warfighter Space Architecture Tranche 3 Tracking Layer (T3TRK) project, aimed at enhancing missile detection and tracking capabilities. This initiative involves the prototyping of a satellite constellation comprising at least 54 space vehicles equipped with infrared sensors, designed to provide global, persistent tracking of missile threats, including hypersonic systems. The T3 Tracking Layer is critical for advancing the United States' military space capabilities, ensuring operational readiness against evolving threats. Interested vendors must submit their proposals by May 22, 2025, with contract awards anticipated by October 15, 2025. For further inquiries, contact the primary representative at ussf.pentagon.sda.mbx.ps-25-02@mail.mil.

Point(s) of Contact
ussf.pentagon.sda.mbx.ps-25-02@mail.mil
ussf.pentagon.sda.mbx.ps-25-02@mail.mil
Files
Title
Posted
Apr 7, 2025, 9:04 PM UTC
The Space Development Agency (SDA) has issued Program Solicitation SDA-PS-25-02 for the Tranche 3 Tracking Layer (T3TRK) of the Proliferated Warfighter Space Architecture. This solicitation invites proposals to prototype a satellite constellation comprising at least 54 space vehicles equipped with infrared sensors, aimed at enhancing capabilities for detecting and tracking missile threats, including hypersonic systems. The solicitation details a clear program approach emphasizing cost-effectiveness, rapid prototyping, and interoperability among various vendors. Proposals must include multiple submission volumes addressing management processes, technical solutions, integrated scheduling, pricing rationale, and prior performance. Each vendor must engage in an extensive program management plan to ensure timely delivery and performance, with specific guidelines on layout, documentation, and security criteria. A key aspect of the solicitation is fostering innovation through participation from nontraditional defense contractors and small businesses. The planned launch of the satellites is scheduled for the fourth quarter of fiscal year 2029, with a focused strategy on operational effectiveness and sustaining functionality for up to five years post-launch. The document underscores the critical role of comprehensive testing, validation, and a well-structured supply chain in achieving mission goals, ensuring readiness, and maintaining compliance with security protocols throughout the program's lifecycle.
Apr 7, 2025, 9:04 PM UTC
The document outlines an Other Transaction for Prototype Agreement between a specified performer and the Space Development Agency concerning the Proliferated Warfighter Space Architecture (PWSA) Tranche 3 Tracking (T3TRK). This agreement, governed by 10 U.S.C. § 4022, aims to enhance military space communication capabilities in contested environments through research and development efforts. Key components of the agreement include responsibilities for project management, milestone payments based on completed tasks, and continuous government engagement during the execution of the program. It sets forth mutual obligations and permissible modifications, ensuring adaptability based on ongoing performance assessments. Additionally, the document addresses data rights, patent rights, and the protection of sensitive information, emphasizing the need for robust cybersecurity measures. It also specifies the process for reporting cyber incidents, safeguarding government interests, and controlling foreign access to technology developed under the agreement. Overall, this agreement signifies a strategic partnership in developing advanced military communication technologies, potentially leading to improved operational readiness and capability against evolving threats in defense contexts.
Apr 7, 2025, 9:04 PM UTC
The document outlines a Schedule of Milestones and Payments for a federal contract (Solicitation Number: SDA-PS-25-02) associated with a government project. It details the expected milestones from kickoff to operations sustainment, along with corresponding payment criteria. Key milestone tasks include various reviews (System Requirements, Preliminary Design, Critical Design), testing (Interoperability, Calibration), and the deployment of Space Vehicles (SVs) during two scheduled launches. The payments are contingent upon meeting specific criteria for each milestone, accompanied by conditions related to liens or action items. The schedule also includes notes on potential financial penalties for performance shortcomings, emphasizing the nécessité to meet minimum operational standards. Additionally, years 3 to 5 of operations are flagged as unexercised options, with payments only occurring if milestones are completed within specified timeframes. The document illustrates a structured approach to manage the execution and financial aspects of the contract, ensuring accountability and adherence to established benchmarks throughout the project's life cycle.
Apr 7, 2025, 9:04 PM UTC
The document titled "Attachment 1d – Data Rights Assertions Table" appears to be a component of the solicitation FA2401259XXXX related to government contracting processes. Its primary focus is on technical data and computer software associated with federal projects, detailing classifications of data rights and restrictions inherent in the work conducted. The table included in the attachment is designed to capture assertions relating to the data rights by both prime performers and subperformers involved in the solicitation. Key elements include summaries of intended use for the data, the basis for assertions, and categories of asserted rights. This structure is essential for clarifying ownership and usage rights over the technical data produced during the project, thus ensuring compliance and protecting proprietary information within federal regulations. Ultimately, the document serves as a formal record of data rights assertions necessary for contractual agreements in government procurements.
Apr 7, 2025, 9:04 PM UTC
The document outlines the Government Furnished Items (GFX) list for a federal project under RFP SDA-PS-25-02. It specifies various technical documentation and support materials required by contractors involved in space system development. Each item in the GFX list is categorized by its provision date and falls under various categories including Government Furnished Information (GFI), Government Furnished Facilities (GFF), and Government Furnished Services (GFS). Key items include draft Interface Control Documents (ICDs), technical specifications for ground entry points, operational plans, and network connections essential for satellite operations and testing. Several items are critical to ensuring interoperability among systems, such as the Networking and Encryption Interoperability Test plans. The document emphasizes timelines for deliverables, with most items required at different project review stages, underscoring the project's structured approach to development and testing. Overall, this GFX list is vital for guiding contractors in aligning their work with government standards, emphasizing the collaboration necessary for successful project execution in the defense and aerospace sectors.
Apr 7, 2025, 9:04 PM UTC
The document appears to contain technical information necessary for upgrading or accessing Adobe Reader, indicating that the contents of the file are not accessible due to compatibility issues with the PDF viewer. It emphasizes the importance of having the correct version of the software for viewing government files, potentially related to federal RFPs, grants, or local solicitations. Without access to the actual content, it is uncertain what specific details or proposals are within the document. The context suggests it may involve federal or state funding opportunities requiring adequate technology for submission or review. The document's main purpose is likely to inform users about the necessary software and prompt them to upgrade their PDF viewers to view essential government files effectively.
Apr 7, 2025, 9:04 PM UTC
The Cost and Software Data Reporting Plan for the T3TRK - SDA Tranche 3 Tracking Layer outlines the requirements for the Space Development Agency's project. It specifies that the planning phase is categorized as Pre-ACAT and identifies the primary mission product as the T3 Tracking Layer. This plan details the type of commodity involved, which is a Space System, and states that the initial reporting structure is in place. The plan encompasses various cost management standards, technical data requirements, and outlines associated costs across different functional categories, including research, development, test, and evaluation. Additionally, it includes a work breakdown structure (WBS) delineating costs related to the systems engineering, assembly, integration, and testing of satellite components, as well as associated ground and launch operations. The plan also describes the submission events for cost and technical reports, indicating a timeline for initial and ongoing assessments. Emphasizing data accuracy and technology readiness levels, this reporting framework aims to ensure comprehensive oversight and accountability throughout the project lifecycle, aligning with government oversight protocols in federal and state contracting.
Apr 7, 2025, 9:04 PM UTC
The document pertains to the Security Tab of a solicitation for the Proliferated Warfighter Space Architecture (PWSA) Tranche 3 Tracking Layer (T3TRK). It outlines requirements for companies responding to the Request for Proposals (RFP), focusing on security protocols and foreign ownership considerations. Respondents must provide their company name, secure facility address, and CAGE codes, as well as contact details for security personnel. If companies are foreign-owned, they must comply with specific federal regulations, including submitting a Disclosure of Ownership or Control by a Foreign Government and an approved Foreign Ownership, Control or Influence (FOCI) Mitigation Plan. The document specifies the need for information on how FOCI is mitigated, confirming the approval of the mitigation plan by the Cognizant Security Agency (CSA), and requires a copy of the company's SF328 form. Additionally, contracting firms are required to list key personnel alongside their security clearance for verification purposes. Overall, this document highlights the importance of security compliance and ownership disclosures in the context of federal contracting aimed at national defense initiatives.
Apr 7, 2025, 9:04 PM UTC
The document outlines the requirements for submitting résumés of key personnel involved in the Proliferated Warfighter Space Architecture (PWSA) Tranche 3 Tracking Layer (T3TRK) project. It includes a structured template for capturing essential information such as personal details, security clearances, educational background, proposed positions, relevant skills, and professional certifications. The résumé must detail the applicant's role, contributions, and experience related to the project's scope, aligning with specific labor categories and project roles. Furthermore, it emphasizes the need for professional achievements and relevant experience, ensuring that candidates demonstrate competency and suitability for the roles related to advanced space architecture initiatives. This document serves as a critical tool for respondents to effectively present their key team members in the context of a federal RFP, ensuring compliance with federal guidelines and aligning with the project’s strategic objectives.
Apr 7, 2025, 9:04 PM UTC
The document is a Personnel Matrix utilized in the context of government requests for proposals (RFPs) and grants. It serves to outline the personnel structure of a project, detailing employee roles and responsibilities. The matrix includes columns for employee names, proposed positions, and whether each is a prime employee or a subcontractor. It also addresses whether any positions are contingent hires that have yet to be identified. This structured format is essential for project planning and management, ensuring clarity in staffing allocations and demonstrating compliance with grant or contract requirements. The document underscores the importance of clearly defining human resources involved in fulfilling government-funded projects, which is critical for accountability and efficiency in the execution of projects under federal and local initiatives. The layout is simple yet effective for stakeholders to interpret personnel arrangements swiftly.
Apr 7, 2025, 9:04 PM UTC
The document pertains to the Space Development Agency's solicitation, SDA-SN-25-0002, for the Proliferated Warfighter Space Architecture Tranche 3 Tracking Layer. It includes a Past Performance Questionnaire (PPQ) to assess contractor performance. The questionnaire is structured in two sections; the first is to be filled out by the offeror detailing their organization, contract information, and program description. The second section, completed by the contracting officer or program manager, evaluates the contractor's performance across key areas including adherence to schedule, technical requirements, subcontractor management, cost compliance, work quality, information protection, and overall satisfaction. Each performance aspect is rated on a scale from 1 to 10, with the opportunity to provide rationale for ratings. Submission instructions are provided for both unclassified and classified responses via email. This document is critical in ensuring accountability and quality standards in federal contracting processes related to space defense initiatives.
Apr 7, 2025, 9:04 PM UTC
The Space Development Agency (SDA) is issuing a solicitation for proposals concerning the Proliferated Warfighter Space Architecture (PWSA) Tranche 3 Tracking (T3TRK) Layer. This contract, designated as a Firm Fixed Price Other Transaction Agreement (OTA), aims to enhance tracking capabilities through improved technology, integration, and space vehicle production efficiency. The T3TRK Layer is designed to deliver low-latency data crucial for military operations and will be interoperable with other PWSA systems. Key dates include the final solicitation release on April 7, 2025, proposal submission by May 22, 2025, and contract award on October 15, 2025. The anticipated period of performance spans several years, with development from October 2025 to November 2029 and operations continuing into 2034. The solicitation package includes multiple attachments detailing the technical requirements and necessary documentation for submission, available upon request for entities interested in bidding. Importantly, the acquisition depends on available funding, and the government may choose not to award any contracts based on proposal quality. Interested vendors should direct inquiries via email by April 21, 2025. This solicitation represents a critical step in advancing the United States' defense space capabilities.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
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.
SDA Payload Processing Facility Support RFI
Buyer not available
The Department of Defense, through the Space Development Agency (SDA), is seeking industry feedback via a Request for Information (RFI) regarding Payload Processing Facility (PPF) support for its spacecraft and payloads associated with the Transport Layer Tranche 2 (T2TL) initiative. The RFI aims to gather insights on the capabilities required for the preparation, integration, and launch of small, mass-producible satellites intended to enhance global communication for Warfighter missions, emphasizing the need for facilities that ensure safety, cleanliness, and effective handling of hazardous materials. The T2TL launch schedule is set between August 2026 and June 2027 at various locations, including Vandenberg Space Force Base and Cape Canaveral Space Force Station, with submissions due to the primary contact at ussf.pentagon.sda.mbx.sn-25-0016@mail.mil, serving solely for informational and planning purposes.
SDA Battle Management Mission Applications (Program BAA)
Buyer not available
The U.S. Space Development Agency (SDA) is issuing a Broad Agency Announcement (BAA) to procure innovative software applications to enhance situational awareness and decision-making capabilities for military space operations. The focus is on developing containerized applications for the Battle Management Command, Control, and Communications (BMC3) module of the Proliferated Warfighter Space Architecture (PWSA) system in Low Earth Orbit. The solicitation seeks cutting-edge solutions from vendors for several key areas, including BMC3 management, power and resource optimization, and cybersecurity, with an emphasis on near-real-time performance and proactive measures. Vendors are invited to submit White Papers for initial review, leading to potential invitations for full proposals. The agency prioritizes rapid deployment, encouraging bidders to propose schedules accordingly. Important deadlines include the submission of White Papers by June 19th, 2024, and Proposals by May 19th, 2025. The SDA reserves the right to issue amendments and extend deadlines, with selections made based on technical merit, mission relevance, and available funding. Contact ussf.pentagon.sda.mbx.FA240124S0002@mail.mil for more information.
Ballistic Missile Early Warning (BMEW) and Military Satellite Communication (MILSATCOM) Request for Information (RFI)
Buyer not available
The Department of Defense, through the Space Systems Command (SSC), is issuing a Request for Information (RFI) regarding the development of Ballistic Missile Early Warning (BMEW) and Military Satellite Communication (MILSATCOM) systems. This initiative aims to gather industry feedback on capabilities for a space-based architecture that includes Remote Tracking Stations, Satellite Operation Centers, and Mission Data Processing Centers, ensuring compatibility with existing U.S. military systems. The RFI is in response to a request from a partner nation's Ministry of Defense for a comprehensive cost estimate for defense articles and services, highlighting the importance of robust military communication and ballistic missile threat detection. Interested parties must submit their responses, including capability statements and Rough Order of Magnitude (ROM) cost estimates, by May 27, 2025, to the primary contact, SSC IA Market Research, at ssc.iaf.marketresearch@spaceforce.mil.
T2TL GAMMA RESOLICITATION
Buyer not available
The Department of Defense, specifically the Department of the Air Force's Space Development Agency (SDA), is soliciting proposals for the T2TL GAMMA RESOLICITATION, focusing on research and development in the physical, engineering, and life sciences. This opportunity aims to advance national defense capabilities through experimental development services, which are critical for enhancing military operations and technologies. Interested parties are encouraged to reach out to the primary contact at ussf.pentagon.sda.mbx.ps-25-03@mail.mil for further details, as the solicitation is part of ongoing efforts to innovate within the defense sector. Specific funding amounts and deadlines have not been disclosed in the provided information.
ADVANCED RESEARCH ANNOUNCEMENT (ARA) TITLE: ADVANCED TRACKING ARCHITECTURE USING AI (ATA-AI)
Buyer not available
The Department of the Air Force is issuing an Advanced Research Announcement (ARA) titled "Advanced Tracking Architecture Using AI (ATA-AI)" to solicit innovative white papers for next-generation target tracking technologies. This initiative aims to leverage artificial intelligence (AI), machine learning (ML), and high-performance computing (HPC) frameworks to enhance target tracking capabilities by utilizing diverse data sources. With an estimated funding of approximately $99 million, the ARA anticipates multiple awards ranging from $1 million to $10 million, with project durations typically not exceeding 48 months. Interested U.S. entities are encouraged to submit white papers by specific fiscal year deadlines, with the final submission date set for July 12, 2029. For further inquiries, potential offerors can contact Carolyn Sheaff at Carolyn.Sheaff@us.af.mil or Amber Buckley at Amber.Buckley@us.af.mil.
Missile Defense Agency - Multiple Authority Announcement
Buyer not available
The Missile Defense Agency (MDA) of the Department of Defense is issuing a Multiple Authority Announcement (MAA) under Solicitation No. HQ0860-25-S-0001, aimed at enhancing missile defense capabilities through innovative technology development. This initiative invites qualified offerors to propose solutions across various technical areas, including kinetic and hypersonic defense systems, command and control technologies, integrated electronic warfare strategies, and disruptive technologies, with a focus on rapid capability development and prototype systems. The MDA emphasizes the importance of collaboration with non-traditional sources to address evolving defense challenges, and all communications must remain unclassified. Interested parties can direct inquiries to MDA-MAA@mail.mil, and should ensure they are registered in the System for Award Management (SAM) to participate in this opportunity, which spans from March 27, 2025, to March 27, 2030.
Protected Tactical Enterprise Service (PTES) Protected Tactical Waveform (PTW) over Protected Tactical SATCOM-Global (PTS-G) Joint Hub Variant (JHV) Technical Capability Sources Sought Request for Information (RFI)
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking information from qualified contractors regarding the Protected Tactical Enterprise Service (PTES) and its Joint Hub Variant (JHV) for the Protected Tactical SATCOM-Global (PTS-G) system. The objective of this Request for Information (RFI) is to gather insights on the cost, schedule, and effort required to modify the existing Wideband Global SATCOM (WGS) Joint Hub design for use at commercial GEO gateways, enhancing capabilities for tactical warfighters. The PTES is crucial for providing anti-jam wideband satellite communications, and the successful contractor will be responsible for various tasks, including system design, software upgrades, and compliance with cybersecurity standards as outlined in relevant documents such as MIL-STD-188-164C and NIST SP 800-53. Interested parties must submit their responses by 12:00 PM Pacific Time on April 21, 2025, to Scott Lucas at scott.lucas.1@spaceforce.mil, and are encouraged to include their experience and technical competencies related to SATCOM systems.
Final RFP GPS Engineering, Analysis, and Remote Site Sustainment III (GEARSS III)
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the Global Positioning System (GPS) Engineering, Analysis, and Remote Site Sustainment III (GEARSS III) contract. This procurement aims to secure engineering research and development services, with a focus on sustaining GPS operations at various military installations, including Schriever Space Force Base and Vandenberg Space Force Base, among others. The contract is set aside for small businesses and includes a total of 17 attachments detailing the requirements and proposal submission guidelines. Proposals are due by May 12, 2025, and interested parties should contact Matthew Buchanan at matthew.buchanan@spaceforce.mil or Christopher Cook at christopher.cook.62@spaceforce.mil for further information and access to the Bidder’s Library.
The Right Space (TRS)
Buyer not available
The Department of Defense, through the Defense Advanced Research Projects Agency (DARPA), is soliciting innovative research proposals under the Disruption Opportunity titled "The Right Space" (DARPA-PA-24-04-07). This initiative aims to develop efficient mathematical transformations to enhance complex modeling for various Defense Department applications, encouraging proposals that leverage advancements in scientific machine learning. The program consists of two phases: a Phase 1 feasibility study with funding up to $500,000 over 12 months, followed by a Phase 2 proof of concept worth up to $750,000 for an additional 12 months. Proposals are due by May 2, 2025, and must adhere to specific formatting and content guidelines, with inquiries directed to the BAA Coordinator at TRS@darpa.mil.