Deep Space Advanced Radar (DARC) Interim Contractor Support (ICS) Contract
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The United States Space Force (USSF) / Space Systems Command (SSC) is conducting a Request for Information (RFI) for the Deep Space Advanced Radar (DARC) Interim Contractor Support (ICS) Contract. This RFI seeks industry recommendations and best practices for contract, subcontract, and partner management to establish a single ICS contract model. The model will support tailored work efforts in software development, deployment, security, operations, integration, and lifecycle sustainment for the DARC program. Responses are due by April 30, 2026.
Scope of Interest
SSC is looking for innovative approaches to manage technical contracts and programs, specifically for the DARC program, which involves a pseudo-monostatic ground-based radar system critical for Space Domain Awareness (SDA). The scope includes work efforts from unclassified to Top Secret/Sensitive Compartmented Information (TS/SCI).
Background
The DARC program is a key component of the nation's resilient space enterprise, aiming to enhance Space Domain Awareness (SDA) capabilities. The system will consist of three geographically dispersed sites for worldwide GEO belt coverage, with Sites 2 and 3 planned for acquisition via the Major Capability Acquisition (MCA) pathway.
Requested Information & Objectives
The Government is interested in industry best practices for contract and program management, focusing on models that can adapt to changes to the Performance Work Statement (PWS) and maximize mission and program management performance. Access to the Controlled Unclassified Information (CUI) PWS is required to respond. Offerors must email the listed POCs with their CAGE code and proof of compliant NIST SP 800-171 assessment to receive the CUI documents.
Responses must address two primary objectives:
- Objective #1: Execution
- Propose a novel model for a principal integrator to effectively oversee and manage two distinct lines of effort:
- Continuation of backlog burndown, security, operations, and integration of DARC software and tools.
- Support for sustainment of operationally accepted and baselined software.
- Detail how the integrator would incentivize, cooperate, and team with industry partners (including subcontractors).
- Identify all associated risks, negative impacts, and potential obstacles (e.g., cost/financial, legal, IP, security).
- Address preferred contract strategies for the overall integration effort and the prime-USG contract type.
- Propose a novel model for a principal integrator to effectively oversee and manage two distinct lines of effort:
- Objective #2: Transition
- Provide notional PWS outlines for both the integration and sustainment phases of transitioning from ICS to Contractor Logistics Support (CLS).
- Clearly delineate work/tasks at Level 1 (on-site) and Level 2 (depot).
Additionally, responses should:
- Recommend how Integrated Product Support elements for sustainment will cooperate/integrate with development.
- Identify efficiencies gained (cost, mission, contract, program management) and specify beneficiaries (Government, Industry, or both).
- Identify efficiencies degraded/lost and specify who is affected.
- Suggest trade-offs among efficiencies.
- Avoid models based on shared resources across lines of effort.
Submission Requirements
- Format: White paper document only (no presentations or non-electronic submissions).
- Due Date: April 30, 2026, at 1200 MDT.
- Content: Must address both Objectives 1 and 2.
- Page Limit: Maximum 16 pages total, including:
- Section 1 (Administrative): Max 1 page (contact info, business type, NAICS 518210, facility security clearance).
- Section 2 (Objective 1): Max 7 pages.
- Section 3 (Objective 2): Max 7 pages.
- Submission Method: Unclassified responses via email or file transfer applications on NIPRNet to the listed POCs. File transfer submissions require concurrent email notification with access details.
- Marking: All materials must be properly marked, especially proprietary information.
- Note: Submissions become Government property. Support contractors will have access unless notified otherwise.
Contract & Timeline
- Type: Request for Information (RFI) / Sources Sought
- NAICS: 518210 (Data Processing, Hosting, and Related Services)
- Set-Aside: TBD (Not specified at this RFI stage)
- Response Due: April 30, 2026, 1200 MDT
- Questions Due: April 20, 2026, 1400 MDT
- Published: March 27, 2026
- Place of Performance: Multiple Locations (OCONUS)
Points of Contact
- Primary: Victoria Lloyd, victoria.lloyd@spaceforce.mil
- Secondary: Duayne Martinez, duayne.martinez.3.ctr@spaceforce.mil
This RFI is for planning purposes only and does not constitute a commitment to issue an RFP or award a contract.