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)
    Dept Of Defense
    The Department of Defense, through the Air Force Research Laboratory (AFRL), is soliciting proposals under the Space Technology Advanced Research (STAR) program to advance research and experimentation in space-flight technologies. This initiative invites white papers from all businesses, focusing on innovative solutions that enhance national defense capabilities in areas such as space vehicle functionality, mission effects, and command and control strategies. The anticipated contract awards range from $50,000 to $100 million, with a two-step submission process requiring white papers to be submitted via the AMRDEC SAFE website. Interested parties can reach out to the primary contact, Daniel J. Alvarado, at daniel.alvarado.12@spaceforce.mil or 505-853-4755 for further information, while noting that the offer due date is currently unspecified.
    Pioneering Aerospace Capabilities, Engineering and Research
    Dept Of Defense
    The Department of Defense, specifically the Air Force Research Laboratory (AFRL), is soliciting proposals under the Broad Agency Announcement (BAA) FA2391-23-S-2403 for the "Pioneering Aerospace Capabilities, Engineering and Research" initiative. This opportunity aims to advance aerospace technologies through research and development efforts focused on innovative concepts and technologies that enhance military capabilities, particularly in propulsion and power systems. The initiative is critical for maintaining a technological edge in defense operations, with a projected funding ceiling of $200 million for various projects. Interested parties must submit their proposals electronically via DoD SAFE, with key deadlines for submissions varying by specific calls, including January 27, 2025, for the Aggressive Embedded Propulsion & Operability (AEPO) initiative. For further inquiries, potential offerors can contact John McClellan at john.mcclellan.2@us.af.mil or Jac Cook at joseph.cook.39@us.af.mil.
    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.
    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.
    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.
    SPACE TECHNOLOGY ADVANCED RESEARCH-FAST-TRACKING INNOVATIVE SOFTWARE AND HARDWARE (STAR-FISH) ADVANCED RESEARCH ANNOUNCEMENT (ARA) WITH CALLS
    Dept Of Defense
    The Department of Defense, through the Air Force Research Laboratory (AFRL), is issuing the Space Technology Advanced Research-Fast-Tracking Innovative Software and Hardware (STAR-FISH) Advanced Research Announcement (ARA) with Calls, aimed at acquiring innovative research proposals related to space-flight and associated technologies. This solicitation invites researchers to submit proposals and white papers addressing specific research needs, including advancements in space vehicle functionality, mission capabilities, and anomaly detection, with an estimated funding range between $50,000 and $100,000,000 depending on project specifics. The STAR-FISH ARA remains open indefinitely, emphasizing the importance of compliance with export controls and government property regulations, and encourages interested parties to engage with government representatives for discussions. For inquiries, stakeholders can contact the primary contracting officer, Daniel J. Alvarado, at daniel.alvarado.12@spaceforce.mil or by phone at 505-853-4755.
    Notice of Intent to Sole Source: Satellite Processing and Integration Facility Support Extension
    Dept Of Defense
    The Department of Defense, through the Space Development Agency (SDA), intends to modify a sole source contract with SpaceX for continued support of a satellite processing and integration facility. This facility is designed to accommodate up to 21 satellites and associated hardware, facilitating essential post-transport functional testing, mechanical and electrical integration, and payload encapsulation. The planned modification, valued at approximately $29.2 million, will extend the contract's performance period by one year, with an additional one-year option, and is expected to be awarded in December 2025. For inquiries, interested parties may contact the SDA Special Notice Coordinator via email at ussf.pentagon.sda.mbx.sn-26-0002@mail.mil.
    Space Technology Research, Development, Demonstration, and Infusion (SpaceTech REDDI-2026)
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) Headquarters is set to release a presolicitation for the "Space Technology Research, Development, Demonstration, and Infusion-2026 (SpaceTech-REDDI-2026)" initiative around December 9, 2025. This opportunity aims to solicit proposals through various Appendices under the Umbrella NASA Research Announcement (NRA), focusing on advancing U.S. space technology innovation and competitiveness, while fostering economic growth within the expanding space economy. Interested parties are encouraged to monitor the NSPIRES website for updates and can submit inquiries to HQ-STMD-SpaceTech-REDDI@nasaprs.com, as the solicitation will remain open for one year with annual releases anticipated.
    SIGNALS INTELLIGENCE (SIGINT) SOLUTIONS FOR EVOLVING SCENARIOS (SESS)
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is seeking innovative research proposals for the Broad Agency Announcement (BAA) FA8750-23-S-7005, titled "Signals Intelligence (SIGINT) Solutions for Evolving Scenarios (SSES)." The objective is to develop real-time Cyber and SIGINT processing solutions that enhance tactical information collection, geolocation, extraction, identification, analysis, simulation, and reporting to support the Intelligence Community and improve situational awareness for warfighting capabilities. This initiative is critical for advancing the state-of-the-art capabilities in the defense sector, ensuring that warfighters have the tools necessary for effective decision-making in complex operational environments. The total estimated funding for this BAA is approximately $99.9 million, with individual awards ranging from $0.25 million to $15 million over a period not exceeding 36 months. Interested parties must submit white papers by September 25, 2028, with recommended submission dates for FY24 funding by November 15, 2023. For further inquiries, contact Todd Howlett at todd.howlett@us.af.mil or Amber Buckley at amber.buckley@us.af.mil.
    USSF COMSATCOM Forecast to Industry Future Requirements Fiscal Year (FY) 2025-2026 (May 2025)
    Dept Of Defense
    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.