Eastern Range Payload Processing Facility Services
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 Space Development Agency (SDA) is soliciting proposals for Eastern Range Payload Processing Facility Services under a Firm Fixed Price contract. This opportunity supports four launches for the Proliferated Warfighter Space Architecture (PWSA) Tranche 2 Transport Layer (T2TL) on the Eastern Launch Range in Florida. The services are critical for successful satellite delivery and will involve payload processing and Launch Vehicle (LV) Payload Fairing operations, primarily for Space X Falcon 9 vehicles. Proposals are due April 6, 2026, at 5:00 PM ET.
Scope of Work
The contractor will provide comprehensive payload processing facility (PPF) services, including:
- Receiving Ground Support Equipment (GSE) and flight hardware.
- Provision and maintenance of cleanroom garments.
- Integration support.
- Launch vehicle payload fairing operations (cleaning and encapsulation).
- On-site facility support during launch preparations.
- Post-flight processing support.
- Maintaining a secure facility with accredited storage for DoD SECRET class cryptographic material and a CUI accredited workspace.
- Providing necessary facilities and equipment such as cleanrooms (Class 100K/ISO 8), specialized handling equipment, control rooms, and workspace.
- Conducting monthly PPF manifest reviews. The services will support at least four TLT2 launches, potentially involving Space X Falcon 9, ULA Vulcan, and other launch vehicles.
Contract Details
- Contract Type: Firm Fixed Price (FFP)
- NAICS Code: 541990 (Small Business Size Standard: $19.5M)
- Set-Aside: Full and Open Competition (No Set-Aside); small businesses are encouraged to submit proposals.
- Period of Performance: A 12-month base period (anticipated Oct 1, 2026 - Sep 30, 2027) with multiple 6-month option periods.
- Place of Performance: Eastern Launch Range, Merritt Island, FL.
Submission & Evaluation
- Proposal Due Date: April 6, 2026, 5:00 PM ET.
- Questions Due Date: March 4, 2026, 5:00 PM ET.
- Submission Method: Electronically via DoD Secure Access File Exchange (SAFE).
- Proposal Validity: 90 days from the due date.
- Evaluation: This is a Lowest Price Technically Acceptable (LPTA) source selection.
- Technical Factor: Proposals will be rated "Acceptable" or "Unacceptable" based on meeting minimum Statement of Objectives (SOO) requirements and demonstrating thorough understanding across sub-factors (Completeness and Clarity of Proposed SOW, Equipment/Resources/Security/Facilities, and Schedule).
- Price Factor: Technically acceptable proposals will be ranked by total evaluated price from lowest to highest, with prices evaluated for fairness and reasonableness.
- Required Submissions: Proposals must include a contractor-developed Statement of Work (SOW) based on the provided SOO (Attachment 1) and Satellite Vehicle Vendor Requirement Documents (Attachments 2a, 2b). An Individual Subcontracting Plan (Attachment 7) is also required.
Additional Notes
A DD Form 254 (Contract Security Classification Specification) will be issued prior to contract award, indicating classified information handling requirements. Offerors must use the provided Q&A Matrix Template (Attachment 8) for questions.