Notice of Intent to Award a Sole Source IDIQ Contract to Johns Hopkins University Applied Physics Laboratory for SDA Space Systems Engineering Expertise
ID: SDA-SN-25-0009Type: Special Notice
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 Jan 6, 2025, 12:00 AM UTC
  2. 2
    Updated Jan 6, 2025, 12:00 AM UTC
  3. 3
    Due Jan 22, 2025, 4:59 AM UTC
Description

The Department of Defense, through the Space Development Agency (SDA), intends to award a sole source indefinite delivery/indefinite quantity (IDIQ) contract to Johns Hopkins University Applied Physics Laboratory (JHU APL) for systems and mission engineering, research and development, and test and evaluation capabilities in support of the SDA's Proliferated Warfighter Space Architecture (PWSA). This contract, which will have a one-year ordering period with four additional one-year options, is critical for enhancing the United States' military space capabilities and ensuring effective implementation of advanced space systems. The total not-to-exceed ceiling amount for this contract is set at $75 million, and interested parties can direct inquiries to Christopher Glista at christopher.l.glista.civ@mail.mil, referencing the Notice of Intent to Sole Source - SDA-SN-25-0009.

Point(s) of Contact
Files
No associated files provided.
Similar Opportunities
Notice of Intent to Sole Source to COLSA Corporation
Buyer not available
The Department of Defense, specifically the Naval Information Warfare Center Pacific (NIWC Pacific), intends to award a sole-source Indefinite Delivery, Indefinite Quantity (IDIQ) Cost-Plus-Fixed-Fee (CPFF) contract to COLSA Corporation for engineering services related to Data Link Test Tools (DLTT) and Gateway Systems (GS). The contract will encompass research, analysis, design, modification, documentation, configuration management, and engineering support services necessary for the continued growth and maintenance of these systems, which are critical for addressing interoperability challenges. Interested firms that believe they can meet the requirements are encouraged to submit a capability statement by April 7, 2025, at 0800 PST, with inquiries directed to Contract Specialist Dan A Nardi at dan.a.nardi.civ@us.navy.mil or by phone at 619-553-4511.
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 emerging warfighter needs, particularly focusing on advanced target custody, missile tracking, and the transition of ground segment capabilities. This initiative is crucial for developing next-generation military solutions that support U.S. national security objectives in a competitive global environment. Interested parties are encouraged to submit executive summaries by February 28, 2025, for the U.S. "Iron Dome" architecture studies and by April 14, 2025, for the PWSA Ground Segment studies, with further details available through the provided contact email: ussf.pentagon.sda.mbx.fa-250125s-0001@mail.mil.
N66001-25-Q-6144 - Notice of Intent to Award Sole Source Order to Arizona State University
Buyer not available
The Department of Defense, through the Naval Information Warfare Center Pacific (NIWC Pacific), intends to award a sole source contract to Arizona State University for the development of an open-source architecture for Unmanned Ground Vehicle systems. This procurement aims to enhance the capabilities of these systems by integrating advanced sensor fusion and control algorithms, allowing for modularity with various sensors and payloads. The contract will be awarded under FAR Simplified Acquisition Procedures, with a focus on ensuring quality and reliability in the research and development services provided. Interested parties may submit their capability statements and inquiries to Contract Specialist Martin D Mejia at martin.d.mejia.civ@us.navy.mil by April 4, 2025, at 11 AM Pacific Time, and must be registered in the System for Award Management (SAM) to be eligible.
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.
SOLE SOURCE JOB ORDER- Research and Development, Engineering, Logistics, and Repairs for AN/AQ-218 Tactical Jamming Receiver System (TJSR), AN/AQ-240 Electronic Support Measures System, AN/ALQ-264 Beowulf, Software Support for Electronic Attack Unit (EAU)
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane, is seeking to award a sole source contract for research and development, engineering, logistics, and repairs related to the AN/AQ-218 Tactical Jamming Receiver System, AN/AQ-240 Electronic Support Measures System, and AN/ALQ-264 Beowulf, along with software support for the Electronic Attack Unit (EAU) and Next Generation Electronic Attack Unit (NGEAU). The procurement will encompass program management, engineering support, research and development, logistics support, and repair services for Weapons Repairable Assemblies (WRAs) and Shop Repairable Assemblies (SRAs) utilized in these systems. This contract is critical for maintaining and enhancing the capabilities of electronic warfare systems, ensuring operational readiness and effectiveness. Interested parties may submit capability statements to the primary contact, Megan Regan, at megan.m.regan2.civ@us.navy.mil, with the closing date for submissions set for April 16, 2025, and the anticipated award date for the contract on July 1, 2026.
Notice of Intent to Sole Source to the Lockheed Martin Corporation
Buyer not available
The Department of Defense, specifically the Space Systems Command (SSC) Military Communications & Positioning, Navigation and Timing (CGK) Division, intends to issue a sole source contract modification to Lockheed Martin Corporation for the continued performance of risk reduction and early design for the Mobile User Objective System (MUOS) Service Life Extension Phase I. This contract modification will extend performance for six months, from August 2, 2025, to February 1, 2026, with the option for six additional one-month extensions through August 1, 2026, to accommodate any unforeseen delays. The services are critical for ensuring the ongoing functionality and reliability of military communications systems, and the government has determined that competition would lead to significant costs and delays. Interested parties must submit their rationale for consideration by 1:00 PM PDT on April 14, 2025, to the designated contacts, Sandy Roche and Patrick Heppard, via the provided email addresses.
Systems Engineering
Buyer not available
The Department of Defense, specifically the Naval Air Warfare Center Aircraft Division, is planning to award a sole source bridge contract to Science Applications International Corporation (SAIC) for systems engineering services. This contract aims to ensure the continuation of essential engineering and technical support to the Systems Engineering Department, with a performance period from May 1, 2025, to October 31, 2025, including options for additional time. The contract is critical to avoid unacceptable delays in fulfilling agency requirements, as stipulated under 10 U.S.C. § 2304(c)(1) and FAR 6.302-1. Interested parties may submit their technical capabilities and expressions of interest to the primary contact, Catherine V Rippeon, at catherine.v.rippeon.civ@us.navy.mil, or the secondary contact, Sotanya Rushing, at sotanya.t.rushing.civ@us.navy.mil.
SPICE Follow-On
Buyer not available
The Department of Defense, through the U.S. Space Systems Command, is initiating a Sources Sought notice for a sole-source contract extension to provide ongoing sustainment and operational support for the Space Based Infrared System (SBIRS). This contract, which will span three years (FY27-FY29) and includes a base year with two one-year options, aims to ensure personnel support for SBIRS operations, maintenance of operational sites, and readiness of ground infrastructure, as well as on-orbit support for the satellite constellation. The SBIRS is vital for missile warning, nuclear detonation monitoring, and enhancing situational awareness through advanced infrared surveillance. Interested contractors are encouraged to submit a Statement of Capabilities by April 7, 2025, to demonstrate their experience and ability to meet the contract requirements. For further inquiries, contact Peter Brachhold at Peter.Brachhold@spaceforce.mil or 719-556-2367, or Darren Fullo at darren.fullo@spaceforce.mil.
Notice of Intent to Sole Source
Buyer not available
The Department of Defense, specifically the Department of the Air Force, has issued a Notice of Intent to Sole Source for the procurement of parts, equipment, services, and training from Johnson Controls, Inc. (JCI) to maintain and repair the Environmental Management Control Systems (EMCS) Network at Peterson Space Force Base and Cheyenne Mountain Space Force Station. This requirement is critical for ensuring the operational efficiency and reliability of the EMCS, which plays a vital role in environmental management at these military installations. Interested parties seeking further information or clarification can contact Kaela Reed at kaela.reed@spaceforce.mil or 719-556-0482, or Brittney Rosenbaum at brittney.rosenbaum@spaceforce.mil or 970-688-8081.
Notice of Intent to Sole Source to the Boeing Company
Buyer not available
The Department of Defense, specifically the Space Systems Command (SSC) Military Communications & Positioning, Navigation and Timing (CGK) Division, intends to issue a sole source contract modification to the Boeing Company for the Mobile User Objective System (MUOS) Service Life Extension Phase I. This contract modification will facilitate continued risk reduction and early design efforts, extending performance from August 2, 2025, to February 1, 2026, with the possibility of six additional one-month options extending to August 1, 2026. The Government has determined that competition for this requirement would lead to substantial duplication of costs and unacceptable delays in fulfilling its needs. Interested parties must submit their rationale for consideration by 1:00 PM PDT on April 14, 2025, to the designated contacts, Sandy Roche and Patrick Heppard, at the provided email addresses.