T2TL GAMMA RESOLICITATION
ID: SDA-PS-25-03Type: 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 T2TL GAMMA RESOLICITATION, aimed at developing and operating approximately ten space vehicles (SVs) with advanced mission payloads. This initiative is part of the Proliferated Warfighter Space Architecture (PWSA) program, focusing on enhancing national defense capabilities through innovative space technology and efficient project execution. The solicitation emphasizes the importance of rapid development and collaboration with the U.S. space industry, with proposals due in a structured six-volume format covering governance, technical solutions, and pricing rationale. Interested parties can reach out to the primary contact at ussf.pentagon.sda.mbx.ps-25-03@mail.mil for further information, with the anticipated launch of the space vehicles planned for November 2027.

    Point(s) of Contact
    ussf.pentagon.sda.mbx.ps-25-03@mail.mil
    ussf.pentagon.sda.mbx.ps-25-03@mail.mil
    Files
    Title
    Posted
    This document outlines the Schedule of Milestones and Payments for Solicitation Number SDA-PS-25-03, dated March 7, 2025. It details a series of milestones related to a government contract, including estimated completion dates and corresponding payment percentages for various tasks, starting from a kickoff in July 2025 to the delivery of a final product and Operations & Sustainment (O&S) activities extending into Year 5. Key milestones include design reviews, testing phases, and critical launch activities in 2026. Payments are contingent upon successful completion of specified tasks, with clear exit criteria for each milestone that includes government approval of work according to defined standards. The document specifies that certain O&S milestones are unexercised, indicating that the government may choose not to pursue them unless necessary. It also includes definitions of liens and action items that could impact milestone payments. The governmental oversight aims to ensure accountability in performance while providing structured payment incentives as specified throughout the schedule. This summary reveals the significant planning and coordination required between government and performer, reinforcing the structure inherent in federal contracting.
    The document SDA-PS-25-03 is a Government Furnished Items (GFX) List that details various technical documents, specifications, and plans related to government projects, particularly in aerospace and defense sectors. It categorizes items by their provision date and functional status (e.g., SRR, PDR, PSR, etc.) and identifies whether they are government-furnished equipment (GFE) or government-furnished information (GFI). Key items include interface control documents for ground and space systems, technical specifications for testing facilities, and operational plans pertinent to various test phases such as the Operational Acceptance Test (OAT) and the OCT Interoperability Test (OIT). Access requirements to cloud-based environments and testbed facilities are outlined, ensuring capabilities for integration and end-to-end testing of space vehicles (SVs). Overall, the document serves as a crucial resource for contractors, providing essential details for the provision of government assets and the framework for collaborative efforts in advanced technology projects. It underscores the structured process in the acquisition and management of critical information necessary for successful project execution within federal frameworks.
    The document titled "SDA-PS-25-03 Attachment 6" presents a Data Assertions Table relevant to federal government requests for proposals (RFPs) and related initiatives. It outlines the companies asserting data rights, specifies the hardware or technical data alongside computer software that comes with restrictions, and details the intended use of this data in the context of the effort being undertaken. The table encompasses key elements such as the basis for assertions, asserted rights categories, and names of individuals responsible for asserting these restrictions. The emphasis on proper data rights and usage precautions reflects the government's commitment to regulatory compliance and the protection of intellectual property within federally funded projects. Overall, the document serves to standardize data rights assertions and ensure transparent handling of technical information among various stakeholders in government contracts.
    The document outlines the terms of an Other Transaction for Prototype Agreement between the Space Development Agency (SDA) and a Performer for the development of a prototype constellation under the Tranche 2 Transport Layer – Gamma initiative. It specifies funding details, roles and responsibilities, and outlines the scope of work focused on enhancing national defense capabilities through innovative space architecture. The agreement is governed by specific articles concerning management, obligations, dispute resolution, and intellectual property rights. It includes provisions for funding, project management, milestone tracking, and data rights while emphasizing the need for compliance with U.S. laws concerning foreign access to technology and safeguarding controlled unclassified information. The Performer is responsible for adhering to established standards and reporting requirements, with a strong emphasis on the security of information systems and compliance with government regulations. This comprehensive agreement highlights the critical partnership between government and industry in advancing technological capabilities in space, aimed at enhancing U.S. security interests.
    The Proliferated Warfighter Space Architecture (PWSA) Gamma variant solicitation details the procurement of the Tranche 2 Transport Layer (T2TL), aimed at developing and operating approximately ten space vehicles (SVs) with unique mission payloads, including a fourth optical communication terminal and a Warlock payload. This solicitation, issued by the Space Development Agency (SDA), is part of a corrective action following previous disclosures regarding per-space-vehicle pricing. The program emphasizes efficiency, resilience, and rapid development through partnerships with the U.S. space industry. Evaluations will focus on innovative proposals without considering diversity among contractors. Proposals must be submitted through a six-volume format, covering governance, technical solutions, integrated schedules, and pricing rationale. The anticipated launch is planned for November 2027, with stipulations for milestone payments contingent on successful project milestones. This solicitation reflects a critical effort to modernize U.S. defense capabilities through advanced satellite systems, aligning with defense strategic goals for improved space operations and mission integration.
    The provided document outlines the Cost and Software Data Reporting Plan (CSDR) for the Tranche 2 Transport Layer (T2TL) - Gamma program, managed by the Space Development Agency. It specifies relevant details such as the program's acquisition category, contractor requirements, and types of reports needed. The plan indicates that this submission is an initial iteration, with the contractor required to provide cost reporting under various operational categories, including Research, Development, Test and Evaluation (RDT&E) and Operations & Maintenance (O&M). Key components include a work breakdown structure (WBS) detailing different system elements such as the baseline space vehicle, ground elements, and launch operations, along with associated costs. Technical data requirements are also outlined, emphasizing parameters such as system design life, mass specifications, and mission assurance classification. The submission timeline includes critical milestones, with due dates for technical data reports and cost data submissions. Overall, this plan serves to ensure transparency and accountability in cost management for space system projects, aligning with federal guidelines for government contracts and reporting requirements in aerospace development.
    Lifecycle
    Title
    Type
    T2TL GAMMA RESOLICITATION
    Currently viewing
    Solicitation
    Similar Opportunities
    Proliferated Warfighter Space Architecture (PWSA) Tranche 3 Transport Layer (T3TL) Upsilon DRAFT Solicitation
    Buyer not available
    The Department of Defense, through the Space Development Agency (SDA), is preparing to issue a draft solicitation for the Proliferated Warfighter Space Architecture (PWSA) Tranche 3 Transport Layer Upsilon (T3TLυ) project, which involves the development of a satellite constellation comprising 40 small Space Vehicles (SVs) for enhanced tactical communications. The procurement aims to establish partnerships with U.S. space industry teams to design, develop, and operate these satellites, ensuring interoperability and advanced communication capabilities across various systems. This initiative is critical for advancing national defense through innovative space technologies, with a total contract value of $15 million and key deadlines including proposal submissions due by April 28, 2025, and anticipated awards by July 31, 2025. Interested vendors can direct inquiries to Angelita M. Lawrence at angelita.m.lawrence.ctr@mail.mil for further information.
    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 seeking innovative studies under the Proliferated Warfighter Space Architecture (PWSA) initiative, specifically focusing on the development of a U.S. "Iron Dome" architecture for missile defense. The objective is to enhance capabilities in advanced target custody and missile tracking, with studies expected to cover high-fidelity modeling, sensor optimization, secure supply chain analysis, and satellite operations integration. This initiative is crucial for strengthening U.S. missile defense strategies and ensuring national security through advanced space-based solutions. Interested parties must submit executive summaries by February 28, 2025, and can direct inquiries to ussf.pentagon.sda.mbx.fa-250125s-0001@mail.mil.
    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.
    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
    Buyer not available
    The U.S. Army Space and Missile Defense Command (USASMDC) is soliciting research proposals through a Broad Agency Announcement (BAA) aimed at advancing science, technology, and test and evaluation research to enhance warfighter capabilities. The BAA invites white papers and full proposals from a diverse range of applicants, including educational institutions, nonprofits, and businesses, focusing on innovative research in key areas such as tactical responsive space technology, strategic weapon technologies, and hypersonic defeat strategies. This initiative is critical for fostering advancements in military technology that address contemporary and emerging threats, with the BAA open for submissions from August 26, 2024, to August 26, 2029. Interested parties can contact Kayla James at kayla.m.james15.civ@army.mil or Adam Neely at adam.r.neely.civ@army.mil for further information and are encouraged to review the SMDTC webpage for ongoing updates and submission guidelines.
    Protected Tactical Enterprise Service (PTES) Protected Tactical Waveform over Commercial (PTWoC) Joint Hub Variant Technical Capability Sources Sought RFI
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is conducting a Sources Sought Request for Information (RFI) regarding the Protected Tactical Enterprise Service (PTES) and its Joint Hub Variant (JHV) for commercial satellite communications. The objective is to gather market research on the cost, schedule, and effort required to modify the design of the existing Wideband Global SATCOM (WGS) Joint Hub to support both Geostationary (GEO) and Medium Earth Orbit (MEO) commercial applications. This initiative is crucial for enhancing anti-jam wideband satellite communications capabilities for tactical warfighters and ensuring interoperability with commercial SATCOM systems. Interested parties should submit their responses by 12:00 PM (Pacific Time) on March 12, 2025, to Scott Lucas at scott.lucas.1@spaceforce.mil, and are encouraged to provide information on their relevant experience and capabilities in SATCOM systems development.
    ADVANCED RESEARCH ANNOUNCEMENT (ARA) TITLE: CHARACTERIZATION AND ASSESSMENT FOR SPACE DOMAIN AWARENESS (SDA)
    Buyer not available
    The Department of Defense, through the Department of the Air Force's Air Force Research Laboratory (AFRL), has issued an Advanced Research Announcement (ARA) titled "Characterization and Assessment for Space Domain Awareness (SDA)." This initiative aims to develop innovative technologies for enhancing capabilities in intelligent tasking, data collection, processing, and analysis related to space superiority and awareness, with a focus on areas such as automated pattern recognition and multi-source data fusion. The total funding for this ARA is approximately $99 million, and it remains open until July 12, 2029, with initial submissions required in the form of white papers. Interested parties should direct inquiries to Carolyn Sheaff at Carolyn.Sheaff@us.af.mil or Amber Buckley at Amber.Buckley@us.af.mil, and adhere to the specified submission guidelines to ensure compliance and successful evaluation.
    SDA BMC3 Multi-Mission Module (M3) Architecture Interface Documentation
    Buyer not available
    The Department of Defense, through the Space Development Agency (SDA), is issuing a Request for Information (RFI) regarding the Battle Management, Command, Control, and Communications (BMC3) Multi-Mission Module (M3) Architecture Interface Documentation. This initiative aims to gather industry feedback to refine interface requirements for future spacecraft, promoting a Modular Open System Approach (MOSA) that allows for independent development by component vendors. The M3 modules are critical for enhancing U.S. military capabilities in space, aligning with the National Defense Strategy to address evolving threats. Interested parties are encouraged to submit comments and recommendations by April 11, 2025, and can direct inquiries to the primary contact at ussf.pentagon.sda.mbx.sn-25-0015@mail.mil.
    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.
    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.
    DLA Commercial Solutions Opening (CSO) FY2025
    Buyer not available
    The Defense Logistics Agency (DLA) is soliciting proposals for the DLA Commercial Solutions Opening (CSO) FY2025, aimed at enhancing procurement capabilities for hard-to-find parts through the development of Engineering Support Activities (ESA) approved Level 3 Technical Data Packages (TDPs). This initiative is critical for addressing supply chain vulnerabilities during conflicts and requires innovative methods to create TDPs compliant with established military standards. Interested parties must submit unclassified Solution Briefs by March 11, 2025, detailing their approaches and capabilities, with no funding provided until a contract is awarded. For further inquiries, contact Thomas J. Walsh at Thomas.walsh@dla.mil or Lauren Runowski at Lauren.Runowski@dla.mil.