HADES (Hybrid Architecture and Development for Experimental Systems) Draft Request for Proposal
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 Systems Command (SSC), Innovation and Prototyping Delta, is seeking industry feedback on a Draft Request for Proposal (RFP) for the Hybrid Architecture and Development for Experimental Systems (HADES) contract. This pre-solicitation aims to gather input for a competitive Cost-Reimbursable (CR) with Cost-Plus-Award-Fee (CPAF), Firm-Fixed-Price (FFP), and Cost CLINs Indefinite Delivery/Indefinite Quantity (IDIQ) contract. The contract will support satellite ground system and satellite operations center engineering, development, integration, and sustainment. Feedback on the draft RFP is due by March 20, 2026.
Opportunity Details
The HADES contract will provide support services for Ground Operations and Development (GOD) and Research and Development Space and Missile Operations (RDSMO) program Ground System Enterprise (GSE). The maximum value for this IDIQ is $300,000,000.00, with a minimum of $3,000,000.00. Ordering periods are anticipated to run from February 2027 to February 2034. The primary place of performance will be the Research, Development, Test, and Evaluation (RDT&E) Support Complex (RSC) at Kirtland Air Force Base, Albuquerque, New Mexico. The NAICS code is 541715 (Engineering And Technical Services) with a 1000-employee size standard.
Scope of Work
The contractor will be responsible for satellite ground system and satellite operations center engineering, development, integration, and sustainment, along with associated support services. This includes program management, cost management, information management, security and data handling, facility services (power, HVAC, maintenance), software support, Communication Security (COMSEC), and Cybersecurity. Required security clearances include Secret, Top Secret, and SCI, and CMMC Level 2 will be necessary.
Evaluation Factors (for final RFP)
The acquisition will be a best value IDIQ. Proposals will be evaluated based on an integrated assessment of Technical (most important) and Cost/Price (least important). Technical evaluation includes subfactors for Systems Engineering and Program Management. The Program Management subfactor specifically requires demonstration of 25% small business participation. The government intends to award without discussions, emphasizing the importance of submitting best efforts in initial proposals. An Award Fee Plan outlines performance evaluation criteria: Management (40%), Quality of Technical Services (40%), and Cost Control (20%).
Key Feedback Areas
Industry input is specifically requested on:
- Unlimited Government Data Rights (and impact on cost per CDRL).
- Performance Work Statement (PWS) structure and clarity.
- Development PWS task order completeness.
- Completeness, clarity, and understanding of the Award Fee Plan.
- Appropriateness and sufficiency of currently provided draft RFP documents.
Submission & Timeline
- Draft RFP Feedback Due: March 20, 2026, by 04:00 PM local time.
- Final RFP Release: Scheduled for Spring 2026.
- Contacts: Alyssa Phillips (alyssa.phillips.4@spaceforce.mil) or Lt Col John Purcell (john.purcell.3@spaceforce.mil).
- Vendors must be registered in SAM.gov prior to contract award.