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
    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 at least 54 space vehicles equipped with infrared sensors, designed to provide global, persistent tracking of conventional and advanced missile threats, including hypersonic systems. The T3TRK project is critical for advancing the United States' defense capabilities, with an anticipated operational readiness date for the first satellites set for the fourth quarter of fiscal year 2029. Interested vendors must submit their proposals by May 22, 2025, with contract awards expected by October 15, 2025; inquiries can be directed to 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
    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.
    The Program Solicitation SDA-PS-25-02 issued by the Space Development Agency (SDA) outlines the requirements for prototyping the Tranche 3 Tracking Layer (T3TRK) as part of the Proliferated Warfighter Space Architecture. This program aims to develop and deploy a minimum of 54 space vehicles (SVs) equipped with infrared sensors to enhance global missile threat detection, tracking, and identification capabilities. The solicitation details the motivation for using commercial spacecraft buses to lower costs and increase speed, leveraging a mix of Missile Warning and Missile Defense capabilities across six orbital planes. The document delineates a structured approach for proposal submissions divided into six volumes, covering management processes, technical solutions, an integrated master schedule, pricing rationale, past performance, and the Other Transaction Agreement (OTA). Selection emphasizes partnerships with nontraditional defense contractors and small businesses. The evaluation criteria include schedule adherence, technical merit, past performance, management processes, on-orbit performance confidence, and pricing. Proposals must convey a comprehensive solution that meets established operational requirements while ensuring compliance with identified security protocols. The SDA seeks to modernize defense infrastructure and integrates government expectations into the proposal procedures, making transparency and rigorous compliance central to the solicitation process.
    The Space Development Agency (SDA) is soliciting proposals for the Tranche 3 Tracking Layer (T3TRK) within its Proliferated Warfighter Space Architecture program. This initiative aims to enhance missile detection and tracking capabilities by deploying at least 54 satellites with infrared sensors in low Earth orbit, capable of addressing advanced missile threats, including hypersonic systems. Vendors are invited to submit proposals under an Other Transaction Authority (OTA), fostering innovation and competition among both traditional and nontraditional defense contractors. The document outlines a rigorous selection process, requiring detailed proposals across six volumes, including management, technical solutions, integrated master schedules, pricing, past performance, and transactions agreements. Key focuses include program management, systems engineering, mission assurance, risk identification, and subcontractor management. Each submission must demonstrate robust capability in designing, manufacturing, and integrating satellites and their associated ground systems, ensuring interoperability across the overarching architecture. This solicitation emphasizes a compression of acquisition timelines, integrating commercial practices to enhance speed, resilience, and cost-effectiveness in satellite deployment. Proposals must satisfy specific security and operational requirements while accounting for organizational conflicts of interest. The anticipated operational readiness date for the first satellites is set for the fourth quarter of fiscal year 2029, underscoring the program's strategic importance to national defense initiatives.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    The document outlines a résumé template for key personnel involved in the Proliferated Warfighter Space Architecture (PWSA) Tranche 3 Tracking Layer (T3TRK) project, part of a federal RFP. It includes sections for personal information, security clearances, education, proposed position, professional certifications, achievements, and relevant experience. The résumé is structured to capture essential details of candidates such as their full name, background clearance, educational background, proposed labor category, relevant skills, and experience. The aim of this template is to standardize submissions for personnel who will contribute to the project, ensuring that their qualifications and roles are well-documented and tailored to the project's requirements. This initiative is critical for assessing the expertise necessary to support the objectives of the PWSA T3TRK project and to maintain compliance with federal contracting procedures.
    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.
    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.
    The document serves as a Past Performance Questionnaire (PPQ) for the Space Development Agency's (SDA) solicitation, SDA-SN-25-0002, related to the Proliferated Warfighter Space Architecture (PWSA), specifically the Tranche 3 Tracking Layer (T3TRK). It consists of two main sections: one to be filled out by the offeror and the other by the contracting officer or program manager. The first section requires detailed information about the customer organization, prime contractor, and contract particulars, including names, contact details, and contract values. The second section features a series of evaluative questions assessing the contractor’s performance against schedule, technical requirements, cost management, quality of work, and information security. Each question provides a rating scale from 1 to 10, alongside spaces for rationale and additional comments. Submission instructions for both unclassified and classified responses are also included, emphasizing communication with the SDA. The document is structured to facilitate the evaluation of contractors, crucial for decision-making in federal RFP processes related to defense and space architecture projects.
    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
    Similar Opportunities
    National Security Space Launch (NSSL) Phase 3 Lane 1 Fiscal Year (FY) 2026 On-Ramp Request for Proposal (RFP)
    Dept Of Defense
    The Department of Defense, through the United States Space Force, is seeking proposals for the National Security Space Launch (NSSL) Phase 3 Lane 1 Fiscal Year (FY) 2026 On-Ramp Request for Proposal (RFP). This procurement aims to establish multiple award Indefinite-Delivery Indefinite-Quantity (IDIQ) contracts for launch services, providing assured access to space for national security missions while maintaining affordability and competition among providers. The selected contractors will be responsible for delivering launch services for approximately 30 missions, with proposals due by 1500 Pacific Time on January 22, 2026. Interested parties should contact Kirsten Prechtl at kirsten.prechtl@spaceforce.mil or Nicole Balestreri at nicole.balestreri@spaceforce.mil for further information and to access sensitive RFP documents.
    Time-Space-Position Optical Tracking (T-SPOT)
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Contracting Command - Orlando, is issuing a Sources Sought Notice for the Time-Space-Position Optical Tracking (T-SPOT) project, aimed at identifying potential sources for a technology study and trade space analysis. The primary objective is to develop a system architecture and concept of operations for a non-GNSS-based Time-Space-Position Information (TSPI) truth sensor that can operate effectively in environments where GNSS is denied, thereby enhancing the testing of advanced navigation systems. This initiative is crucial due to the increasing reliance on GNSS navigation systems and the corresponding threats posed by adversaries who seek to jam or spoof these systems. Interested parties must submit a capability statement by 4:00 p.m. EST on February 20, 2026, to the designated contacts, including Peter Jorg and John Mosby, with no funds available for response preparation.
    U.S. Space Force (USSF) Space Based Interceptor (SBI) LOE 2M Request for Prototype Proposal (RPP)
    Dept Of Defense
    The U.S. Space Force (USSF) is seeking proposals for the Space Based Interceptor (SBI) Level of Effort 2M through a Request for Prototype Proposal (RPP) under the Department of Defense. This initiative focuses on developing kinetic midcourse solutions, with the intention to competitively award multiple fixed-price Other Transaction Agreements (OTAs) in accordance with relevant U.S. Code provisions. The SBI program is critical for enhancing the U.S. defense capabilities in space, and while this opportunity is not set aside for small businesses, participation from small and disadvantaged businesses is encouraged. Interested companies must submit requests for access to the RPP Bidders Library by December 15, 2025, and can contact Brent Jorgensen at brent.jorgensen.1@spaceforce.mil for further information.
    Request for Information (RFI) Space Domain Awareness (SDA) Geosynchronous Wide Field of View (WFOV) Electro-Optical (EO) Sensor
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, has issued a Request for Information (RFI) for a Geosynchronous Wide Field of View (WFOV) Electro-Optical (EO) Sensor, aimed at enhancing space domain awareness capabilities. This RFI seeks industry input on sensors capable of detecting resident space objects at visual magnitudes of 14.5 and above, with a particular interest in those that can achieve detection at 16+ visual magnitude, while performing wide-area volume searches efficiently. The initiative is critical for developing a constellation of free-flyer Space Vehicles equipped with EO payloads to support geo-based surveillance operations. Interested parties are encouraged to submit their responses, which should include technical and programmatic information, by January 9, 2025, to the primary contact, Tobias Richards, at tobias.richards.1@spaceforce.mil, or by phone at 310-653-9416.
    ADVANCED RESEARCH ANNOUNCEMENT (ARA) TITLE: CHARACTERIZATION AND ASSESSMENT FOR SPACE DOMAIN AWARENESS (SDA)
    Dept Of Defense
    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.
    ADVANCED RESEARCH ANNOUNCEMENT (ARA) TITLE: ADVANCED TRACKING ARCHITECTURE USING AI (ATA-AI)
    Dept Of Defense
    The Department of the Air Force is issuing an Advanced Research Announcement (ARA) titled "Advanced Tracking Architecture Using AI (ATA-AI)" to solicit innovative research for next-generation target tracking architectures. This initiative aims to leverage Artificial Intelligence (AI), Machine Learning (ML), and Machine Inferencing (MI) algorithms within a High-Performance Computing (HPC) framework, utilizing a diverse array of data sources for applications such as traffic monitoring and first responder assistance. The total estimated funding for this ARA is approximately $99 million, with individual awards typically ranging from $1 million to $10 million over a period of 48 months, and white papers are due by July 12, 2029. Interested parties should direct technical inquiries to Carolyn Sheaff at Carolyn.Sheaff@us.af.mil and contractual questions to Amber Buckley at Amber.Buckley@us.af.mil.
    Tube Launched Optically Tracked Wireless 2 Subsystem Engineering Services Pre-Solicitation Synopsis W31P4Q-25-R-0085
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is preparing to solicit engineering services for the Tube Launched Optically Tracked Wireless 2 Subsystem (T2SS) in support of the Improved Bradley Fighting Vehicle (IBFV). This procurement aims to acquire non-commercial engineering and logistics services, including engineering, configuration management, Field Service Representative (FSR) support, logistics, fielding, and contractor repairs for the T2SS, which is a critical component of the TOW Missile systems. The anticipated contract, which will be awarded as a Cost-Plus-Fixed-Fee/Firm-Fixed Price agreement, is expected to cover the fiscal years 2027-2032, with the solicitation issue date around December 12, 2025, and a closing date of February 11, 2026. Interested parties may submit capability statements or proposals to the primary contacts, Staci Doss and Jacqueline Reaves, via their provided emails, although the contract is designated as sole source to Raytheon Company.
    Research and Development Innovations Broad Agency Announcement
    Dept Of Defense
    The Defense Threat Reduction Agency (DTRA) is soliciting innovative research and development proposals through its Broad Agency Announcement (BAA) HDTRA1-22-S-0003, aimed at countering weapons of mass destruction (WMD) and emerging threats. The BAA invites proposals for technologies at Technology Readiness Levels (TRL) 1-7, focusing on five key thrust areas: understanding WMD threats, enabling deterrence, controlling and defeating threats, protecting forces, and cross-cutting capabilities. This multi-year solicitation, active from February 2022 to February 2027, anticipates contract awards ranging from $500,000 to $5,000,000 over 1-3 years, with a two-phased proposal process. Interested parties should direct inquiries to the BAA Program Manager at dtra.belvoir.rd.mbx.rd-baa-inbox@mail.mil, and adhere to submission deadlines, including a final proposal submission date of September 19, 2025, for the latest addendum.
    U.S. ARMY SPACE AND MISSILE DEFENSE COMMAND (USASMDC) SPACE AND MISSILE DEFENSE TECHNICAL CENTER (SMDTC) BROAD AGENCY ANNOUNCEMENT FOR SCIENCE, TECHNOLOGY, AND TEST AND EVALUATION RESEARCH
    Dept Of Defense
    The U.S. Army Space and Missile Defense Command (USASMDC) is soliciting research proposals through its Broad Agency Announcement (BAA) W9113M-24-R-BAA1, aimed at advancing science, technology, and test and evaluation research. The BAA invites submissions from a diverse range of organizations, including educational institutions, nonprofits, and for-profit entities, focusing on innovative research that supports the SMDTC's mission in key areas such as tactical responsive space, high-altitude technologies, strategic weapon technologies, and hypersonic defeat. This initiative is critical for enhancing military capabilities and operational effectiveness in space and missile defense. Interested parties are encouraged to submit white papers for initial review, with the BAA open until August 26, 2029; for inquiries, contact Kayla James at kayla.m.james15.civ@army.mil or Adam Neely at adam.r.neely.civ@army.mil.
    Space-to-Space (S2S) Communication Broad Agency Announcement (BAA)
    Dept Of Defense
    The Department of Defense, through the Space Systems Command (SSC), is issuing a Broad Agency Announcement (BAA) for advanced technology projects focused on Space-to-Space Communication and Space Networking. The primary objectives are to enhance capabilities in proliferated low Earth orbit (pLEO) communications and networking, addressing urgent national security needs in a contested space environment. This initiative is critical for developing resilient space capabilities that support national interests and counter emerging threats, with a performance period of 60 months starting September 15, 2025. Interested parties, including small and large businesses, non-profits, and academic institutions, are encouraged to submit white papers for Call 1.1 by October 6, 2025, and for Call 1.2 by December 17, 2025. For further inquiries, contact Melanie Gipson at melanie.gipson@spaceforce.mil or Tobias Richards at tobias.richards.1@spaceforce.mil.