Space Systems and Hardware Integration for Novel Experiments (SSHINE)
ID: FA9453-25-R-X002Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA9453 AFRL RVKKIRTLAND AFB, NM, 87117, USA

NAICS

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

PSC

NATIONAL DEFENSE R&D SERVICES; DEFENSE-RELATED ACTIVITIES; EXPERIMENTAL DEVELOPMENT (AC33)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, specifically the Air Force Research Laboratory (AFRL), is seeking proposals for the "Space Systems and Hardware Integration for Novel Experiments (SSHINE)" project, which aims to advance space technology through comprehensive research and development support. The procurement will focus on systems engineering, mission development, and integration and testing capabilities for large-scale space technology experiments, with a ceiling contract value of $499 million and a performance period from November 28, 2025, to November 28, 2030. This initiative is critical for enhancing the U.S. Air Force's capabilities in space systems and technology, ensuring compliance with security protocols and fostering innovation in aerospace. Interested parties should direct inquiries to Brittney L. Santiago at brittney.santiago@us.af.mil or Jeffery Martinez at jeffery.martinez.1@spaceforce.mil, and are encouraged to monitor SAM.gov for updates regarding the final Request for Proposal, expected in the first quarter of 2025.

    Point(s) of Contact
    Files
    Title
    Posted
    The file outlines issues related to the inability to display a document due to compatibility problems with Adobe Reader. It provides instructions for upgrading the software to the latest version for Windows, Mac, or Linux users and includes links for assistance. The message indicates that failure to replace the initial text with the document’s content may suggest that the current PDF viewer cannot handle the document type. Overall, the file serves to inform users about troubleshooting options related to PDF viewing experiences, particularly in the context of government documentation, including RFPs and grants, which often rely on proper document access for review and submission processes.
    The document primarily focuses on issues related to accessing and viewing PDF files, specifically those requiring Adobe Reader 8 or higher. It indicates that users may experience difficulties due to either an absence of the Reader application or misconfigurations in their viewing environment. To resolve these issues, a link is provided for users to obtain installation instructions for Adobe Reader and guidance on configuring their systems accordingly. The document serves as a technical advisory, outlining the necessary steps to ensure proper access to PDF documents, which is crucial for engaging with federal government RFPs, grants, and local proposals that frequently utilize this file format for documentation. The overarching goal is to facilitate user access to important government communications and resources by ensuring they have the right tools installed.
    The Security Program Questionnaire is a tool designed to evaluate the security protocols and practices of institutions receiving research funding. It requires completion by contractors or recipients and is subsequently reviewed by the Science and Technology Protection Lead. The questionnaire encompasses various aspects of security, including physical security plans, information security processes, storage solutions, transmission protocols, disposal and destruction methods, reproduction procedures, access safeguards, and measures to protect government-furnished equipment and information. It also addresses cybersecurity, operational security against adversarial threats, insider threat mitigation, and incident response in case of information compromise. Furthermore, it inquires about the commitment to providing annual security training for employees with information access. This comprehensive approach ensures that funded institutions adhere to security standards crucial for safeguarding sensitive information in alignment with federal grants and RFP requirements.
    The SSHINE solicitation outlines a request for proposals (RFP) aimed at awarding a single Indefinite Delivery Indefinite Quantity (IDIQ) contract, with a ceiling of $499 million, for research, engineering, and technical management supporting space technology initiatives under the AFRL/RVE mission. The contract encompasses the development, integration, and testing of ground and space systems. Offerors are provided with workload indicators and staffing matrices to guide proposal efforts, highlighting a focus on both small and large-scale missions. Key areas of emphasis in the proposal preparation include strict adherence to technical requirements, organizational management, and staffing plans. Offerors must comply with cybersecurity standards and demonstrate a solid understanding of cost/proposal dynamics to ensure fair and reasonable pricing. The evaluation will consider technical adequacy, past performance, and cost realism without prior discussions. Additionally, the document stipulates requirements surrounding organizational conflict of interest and security clearances, reflecting the complex nature of government contracting requirements. Overall, this RFP serves as a framework for qualified small businesses to contribute to advanced space technology research and development, supporting government objectives in this critical sector.
    The document outlines the evaluation criteria for the award of a single Indefinite Delivery Indefinite Quantity (IDIQ) contract to a small business by the Department of the Air Force. The selection process will adhere to the Federal Acquisition Regulation and involves a subjective best-value source selection based on technical merit and cost/price factors. Proposals must meet defined requirements and are evaluated for responsiveness, technical quality, and cost realism. The evaluation process involves both technical ratings and cost analysis, with a minimum acceptable rating needed for further consideration. Key evaluation factors include understanding of the statement of work, management capability, and staffing plans, all assessed on a tradeable basis. Technical proposals will be rated from ‘outstanding’ to ‘unacceptable’ based on the presence of strengths and weaknesses, while cost proposals undergo thorough analysis to ensure they are complete, balanced, and reasonable. The government aims to ensure that each proposal reflects an understanding of the requirements, with the option to award even if the proposal is not the lowest cost, prioritizing technical superiority when warranted. Overall, the document emphasizes the systematic approach to ensure efficiency, effectiveness, and compliance with procurement regulations.
    The document pertains to federal and state requests for proposals (RFPs) and grants, emphasizing opportunities for funding and project collaboration. It outlines the objective of securing bids for various government initiatives aimed at improving community services, infrastructure, and program development. Key themes include the importance of aligning project proposals with government objectives, ensuring compliance with regulations, and demonstrating fiscal accountability. Essential details include guidelines for proposal submissions, evaluation criteria, and deadlines, which aim to streamline the selection process. The document also emphasizes engagement with local communities and stakeholders to address specific needs while fostering transparency and fairness in the RFP process. Overall, it serves as a vital resource for potential contractors and grant applicants, ensuring they understand the framework and requirements necessary for successful participation in government-funded projects.
    The "Space Systems and Hardware Integration for Novel Experiments" (SSHINE) contract outlines specific requirements and procedures for contractors. It emphasizes proper packaging of hardware items, instructing that sensitive items must be labeled clearly with handling instructions. The government’s Program Manager is Mr. Christopher Garcia, with additional technical personnel yet to be determined. The contract includes stipulations related to patent rights, obligating contractors to submit interim or final invention reports regarding any inventions developed during the contract period. Furthermore, restrictions on contractor employee access are specified; only U.S. citizens may access U.S. Air Force facilities or information systems, with exceptions granted only by the Contracting Officer. Additional conditions require contractors to notify the government of any inventions, including details such as filing dates and patent statuses. This document is part of a broader federal initiative aimed at ensuring compliance, protecting sensitive materials, and adhering to patent regulations in government contracts.
    The SSHINE contract (FA9453-25-R-X002) outlines the Air Force Research Laboratory's requirements for support in space technology development, integration, testing, and evaluation. It encompasses cradle-to-grave processes, from concept development to mission operations, covering both small-scale and large-scale experimental missions involving various spacecraft configurations, including CubeSats and Evolved Expendable Launch Vehicles. Key activities include mission and system development, prototyping, assembly and testing, operations, and ground system development. Contractors are expected to perform comprehensive systems engineering tasks, detailed planning, and technical support. The document specifies the roles of key personnel, emphasizes compliance with security protocols, and mandates monthly reporting of progress and lessons learned. With an emphasis on collaboration and adaptability, the SSHINE contract addresses the dynamic nature of space technology research and development, ensuring effective program management and task execution while meeting government standards and operational needs. Overall, the document serves as a framework for the successful delivery of innovative space solutions aligned with the AFRL's mission.
    The SSHINE Task Order 0001 focuses on the Prototypes and Flight Experiments aims to provide the Air Force Research Laboratory (AFRL) with comprehensive support in research, systems engineering, mission development, integration, testing, and program management for large-scale space technology experiments. The scope includes Mission and Space System Development, Flight Experiment Prototyping, and Assembly, Integration, and Testing tasks, with an emphasis on ensuring compliance with government requirements. Key requirements involve providing technical support to program managers, systems engineering, cybersecurity, development of space technology requirements, and modeling and simulation tasks, among others. The contractor is expected to facilitate documentation, safety plans, and operational training, and to manage facility operations and hardware/software procurement. Additionally, responsibilities extend to mission operations, anomaly resolution, and technology transfer efforts. Monthly activity reports are mandated to document progress and lessons learned, along with necessary travel to various locations for collaboration and integration tasks. Overall, the task order emphasizes a robust structure for supporting the Air Force's space exploration initiatives while ensuring operational excellence and safety compliance throughout the contract duration.
    The Space Systems and Hardware Integration for Novel Experiments (SSHINE) Task Order 0002 outlines requirements for the Air Force Research Laboratory's (AFRL) Small Satellite Portfolio. Its primary objective is to provide comprehensive research and development support, encompassing systems engineering, mission development, and assembly, integration, and testing (AI&T) capabilities for large-scale space technology experiments. The contractor may engage in mission and space system development, ground system development, and flight experiment prototyping, requiring travel for design and test activities. Specific tasks include systems engineering support, cybersecurity measures, documentation for experiments, modeling and simulation support, and program management. The contractor will prepare monthly status reports, manage hazardous conditions, and support the University Nanosatellite Program as needed. Contract maintenance involves adhering to security protocols, establishing Associate Contractor Agreements, managing government property, and addressing potential organizational conflicts of interest. Deliverables must comply with the basic contract Statement of Work (SOW). This task order emphasizes the importance of systematic operations and collaboration between the government and contracted entities to ensure successful mission delivery and technological advancements in space research.
    The "Rapid Architecture Prototyping and Integration Development" (RAPID) Task Order focuses on supporting the U.S. Space Force (USSF) in transitioning to advanced architectures and operational concepts by facilitating hardware and software experimentation. The contractor is tasked with tasks encompassing mission development, space system prototyping, testing, and systems engineering for both large and small space technology experiments. Key responsibilities include supporting design and integration activities, performing modeling and simulation, cybersecurity measures, and documentation for space programs. Additionally, the contractor will manage IT systems, ensure compliance with security protocols, and procure necessary hardware/software. Monthly status reports are required to track progress and document lessons learned. The work predominantly occurs at Kirtland Air Force Base, NM, with potential for remote assignments. The document serves as a Statement of Work under government procurement practices, aimed at engaging contractors to enhance space technology capabilities while ensuring compliance with federal standards and requirements. It outlines comprehensive guidelines and expectations to facilitate collaboration between multiple organizations in delivering innovative solutions for the USSF.
    The document outlines the procedures for identifying and asserting restrictions on the use, release, or disclosure of technical data and computer software within government solicitations and contracts, particularly concerning the Small Business Innovation Research (SBIR) Program. It specifies that offerors must disclose technical data or software that should be restricted in their proposals, detailing the basis for such assertions, and includes requirements for submission format and content. The document requires a signed statement from the offeror, detailing the technical data or software involved and the asserted rights category. It emphasizes that offers may be deemed ineligible if the necessary assertions and notifications are not provided. Additionally, once awarded, the asserted restrictions must be included as an attachment to the contract, and the offeror may need to supply further information upon the contracting officer's request. This provision is vital for safeguarding proprietary information while ensuring compliance with government contracting standards, reflecting the importance of clarity on intellectual property rights in federal and state RFPs and grants.
    The document outlines a Request for Proposal (RFP) for the "Space Systems and Hardware Integration for Novel Experiments (SSHINE)" project, issued by the U.S. Air Force. This Indefinite Delivery Indefinite Quantity (IDIQ) contract, with a ceiling amount of $499 million, requires contractors to provide various supplies and services, including labor, materials, and travel. The minimum order amount for task orders is set at $500,000, with a maximum limit of $150 million. The proposal emphasizes a cost-plus-fixed-fee pricing structure and necessitates that any purchases over the threshold include cost reasonableness verification through multiple quotes. It details significant contract clauses covering evaluation factors, contract administration, and terms for contract modifications. The scheduled performance period spans from November 28, 2025, to November 28, 2030, with options for extension. Overall, the RFP serves as a strategic government initiative aimed at advancing space systems technology while ensuring compliance and rigorous standards for contract management. It reflects a commitment to fostering contractor collaboration to achieve innovative solutions in aerospace and defense contexts.
    Lifecycle
    Similar Opportunities
    Space Technology Advanced Research (STAR)
    Buyer not available
    The Department of Defense, through the Air Force Research Laboratory (AFRL), is soliciting proposals for the Space Technology Advanced Research (STAR) initiative, aimed at advancing research and development in space-flight and associated technologies. Interested firms are invited to submit white papers detailing their innovative solutions to enhance space vehicle functionality, mission capabilities, and anomaly detection, with funding awards ranging from $50,000 to $100 million and no limit on the number of submissions. This initiative is crucial for strengthening U.S. national defense capabilities in the space domain, and potential offerors must ensure compliance with eligibility criteria, including registration in the System for Award Management (SAM). For inquiries, interested parties can contact the primary contracting officer, Daniel J. Alvarado, at daniel.alvarado.12@spaceforce.mil or 505-853-4755, and are encouraged to check the Contract Opportunities portal for updates and submission guidelines.
    Pioneering Aerospace Capabilities, Engineering and Research
    Buyer not available
    The Department of Defense, through the Air Force Research Laboratory, is soliciting proposals for the Pioneering Aerospace Capabilities, Engineering, and Research (PACER) initiative, specifically focusing on advancing aerospace technologies. The initiative encompasses various programs, including Aggressive Embedded Propulsion & Operability (AEPO) and Survivable Next-generation Autonomous Propulsion and Power (SNAPP), aimed at developing innovative propulsion systems and enhancing military capabilities. This opportunity is critical for fostering advancements in aerospace engineering, with a total estimated funding of $200 million across multiple contracts expected to be awarded based on proposal merit. Interested parties must submit their proposals electronically via DoD SAFE, adhering to specific deadlines, with the next key submission date set for January 27, 2025. For further inquiries, contact Erin Plessinger at erin.plessinger@us.af.mil.
    SPACE TECHNOLOGY ADVANCED RESEARCH-FAST-TRACKING INNOVATIVE SOFTWARE AND HARDWARE (STAR-FISH) ADVANCED RESEARCH ANNOUNCEMENT (ARA) WITH CALLS
    Buyer not available
    The Department of Defense, specifically the Air Force Research Laboratory (AFRL), is seeking proposals for the Space Technology Advanced Research-Fast-Tracking Innovative Software and Hardware (STAR-FISH) Advanced Research Announcement (ARA). This initiative aims to foster research and development in space-related technologies, focusing on areas such as spacecraft functionality, mission capabilities, anomaly detection, and command and control in contested environments. The ARA is designed to enhance national defense capabilities through innovation, with funding for individual proposals ranging from $50,000 to $100 million. 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, as there is no specified due date for submissions at this time.
    CHEERS MAA Open Period 2 - All Technical Areas, 10 U.S.C. 4023 - Procurement for Experimental Purposes (ARA)
    Buyer not available
    The Department of Defense, specifically the Air Force Research Laboratory (AFRL) and the United States Air Force School of Aerospace Medicine, issues an open solicitation for experimental purposes, governed by 10 U.S.C. 4023. This multi-step procurement process, referred to as Continuing Human Enabling, Enhancing, Restoring, and Sustaining (CHEERS), seeks innovative solutions in various technical areas related to human effectiveness for national defense. The Air Force invites contractors to submit concise five-page white papers outlining their approaches. These submissions will undergo a review process, and successful candidates will be invited to present detailed proposals. The AFRL retains the discretion to award multiple contracts, IDIQs, or purchases under specific authorities. The focus areas include a wide range of supplies and services, from medical and aeronautical to signal and energy supplies for defense purposes. Offerors should be prepared to provide data items, software, and hardware, although the exact requirements will be established later. The process allows the AFRL to explore diverse solutions, with potential contracts valued at up to $500 million. The legal and contracting clauses detailed in the procurement aim to ensure compliance with federal regulations and manage contractual relationships. These clauses cover various topics, including security, employee rights, and intellectual property, and will be incorporated into the contracts. Contractors will also be responsible for flowing down these clauses to their subcontractors. This solicitation serves as an initial request for information or a draft, as key evaluation criteria and dates are absent. The AFRL seeks to protect proprietary data and may impose security and export control regulations. The submission deadline for the initial white paper step is 30 September 2027. For clarification or questions, interested parties may contact Amber Taylor or Ashlee Green via email.
    Signals Intelligence Focused Technologies for Exploitation and Reporting (SIFTER)
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is seeking innovative research proposals under the Advanced Research Announcement (ARA) titled "Signals Intelligence Focused Technologies for Exploitation and Reporting (SIFTER)." This initiative aims to enhance signal information exploitation and analytics for Intelligence, Surveillance, and Reconnaissance (ISR) platforms, focusing on areas such as onboard processing, high-speed signal detection, cross-domain data analytics, and compliance with Open System Architecture standards. The total estimated funding for this ARA is approximately $99.9 million, with individual awards typically ranging from $1 million to $5 million and a maximum duration of 60 months. Interested parties must submit white papers by 3 PM EST on September 28, 2029, and are encouraged to contact David Rose at David.Rose.50@us.af.mil or Amber Buckley at Amber.Buckley@us.af.mil for further information.
    ADVANCED FRAMEWORK FOR SIMULATION, INTEGRATION, AND MODELING FOR THE GREATER ENTERPRISE (AFSIM FORGE)
    Buyer not available
    The Department of Defense, through the Air Force Research Laboratory (AFRL), is soliciting proposals for the Advanced Framework for Simulation, Integration, and Modeling for the Greater Enterprise (AFSIM FORGE) under contract FA2391-25-R-B002. This initiative aims to enhance the AFSIM, a critical military simulation framework, by inviting contractors to develop and mature it as an enterprise capability, with a focus on fostering collaboration among users. Proposals will be evaluated based on technical and cost factors, with multiple awards anticipated, and interested parties must submit an "Intent to Propose" by February 21, 2025, with final proposals due by March 10, 2025. For further inquiries, potential bidders can contact Megan Rosebeck at Megan.Rosenbeck@us.af.mil or Logan Hartley at logan.hartley@us.af.mil.
    FreeSol Broad Agency Annoucement
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, has issued a solicitation notice for the FreeSol Broad Agency Announcement. This announcement is centered around the Space Systems Command (SSC) Space Domain Awareness and Combat Power (SZ-BC) Program Executive Office (PEO) Advanced Technology Transition Branch. The purpose of this announcement is to invite innovative technical approach concept papers that address space and cyber technologies to counter emerging space threats. The goal is to enable capabilities that align with the United States Space Force (USSF) Strategic Intent and to leverage all sources of innovation, prototyping, and experimentation. The announcement emphasizes the need for integrated space and cyber solutions and encourages industry partnership, innovation, and cost reduction. The BAA is open for concept papers for a period of 60 months, through February 23, 2029. The anticipated ceiling for funding is up to $99 million over the 5-year active period, and the number of contract awards will depend on the scope and quality of proposals received. The BAA follows a two-step process, starting with the submission of concept papers, followed by the submission of full proposals for selected concept papers. The Government intends to award Cost Plus Fixed Fee (CPFF) or Firm Fixed Price (FFP) contracts. The BAA outlines five areas of research interest, including resiliency technologies, improvements to Space Domain Awareness (SDA), defensive and offensive counterspace capabilities, efficiencies in Battle Management Command Control and Communications (BMC3), and methods for advancing exercises, tests, and training environments. Concept papers should address one or more of these areas and provide a technical approach and operational impact. The evaluation of concept papers will consider relevance to space and cyber technologies, technical merit, affordability, achievability of the proposed schedule, and the impact of intellectual property/proprietary data. Selected concept papers will receive a Request for Proposal (RFP) for the submission of full proposals. It is important to note that the Government will not pay for any costs associated with the preparation of concept papers or proposals.
    AERIAL LAYER NETWORKING & TRANSMISSION TECHNOLOGIES
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is seeking innovative proposals under the Broad Agency Announcement (BAA) FA8750-23-S-7002 for advancements in aerial layer networking and transmission technologies. The objective is to develop self-forming and self-healing networks that enhance airborne connectivity and interoperability, particularly in contested environments. This initiative is crucial for improving the Air Force's operational capabilities and ensuring robust network management in various operational contexts. Interested parties must submit white papers by September 30, 2027, with approximately $99.5 million in funding available for multiple awards ranging from $1 million to $10 million. For inquiries, contact Peter Fitzgerald at peter.fitzgerald.1@us.af.mil or Amber Buckley at amber.buckley@us.af.mil.
    ADVANCING SYSTEMS OF SYSTEMS TECHNOLOGIES FOR RAPID ADOPTION (ASTRA)
    Buyer not available
    The Department of the Air Force is seeking innovative research and development solutions through an Advanced Research Announcement (ARA) titled "Advancing Systems of Systems Technologies for Rapid Adoption (ASTRA)," with an estimated funding of approximately $200 million. The primary objective is to enhance the rapid integration of diverse systems and subsystems into cohesive Systems of Systems (SoS), focusing on developing software prototypes and implementing open system architectures to improve military effectiveness and adaptability. Interested parties, including small businesses and academia, are invited to submit 3–5 page white papers outlining their approaches, with recommended submission deadlines spanning from October 2023 to September 2027, and a final deadline of July 2028. For further inquiries, contact Gerard Wohlrab at gerard.wohlrab@us.af.mil or Amber Buckley at amber.buckley@us.af.mil.
    QUANTUM INFORMATION SCIENCES
    Buyer not available
    The Department of the Air Force, through the Air Force Research Laboratory (AFRL), is seeking innovative research and development proposals under the Broad Agency Announcement (BAA) for Quantum Information Sciences. This initiative aims to advance technologies related to Command, Control, Communications, Computers & Intelligence (C4I), focusing on areas such as quantum algorithms, networking, and information processing. The BAA has a total funding availability of approximately $499.99 million, with individual awards ranging from $0.5 million to $27 million, and proposals will be accepted until September 30, 2027. Interested parties should contact Jon M. Maggiolino at Jon.Maggiolino@us.af.mil or Amber M. Buckley at Amber.Buckley@us.af.mil for further details and submission guidelines.