HADES (Hybrid Architecture and Development for Experimental Systems) Draft Request for Proposal

SOL #: FA8809-26-R-B002Pre-Solicitation

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Air Force
FA8809 SDA AND CMBT PWR SSC/SZK-IK
KIRTLAND AFB, NM, 87117, United States

Place of Performance

ROAD FORKS, NM

NAICS

Research and Development in the Physical (541715)

PSC

Engineering And Technical Services (R425)

Set Aside

No set aside specified

Timeline

1
Posted
Jan 21, 2026
2
Last Updated
Mar 16, 2026
3
Response Deadline
Mar 20, 2026, 10:00 PM

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 Department of the Air Force, Space Systems Command (SSC) has released a Draft Request for Proposal (RFP) for the Hybrid Architecture and Development for Experimental Systems (HADES) contract. This Presolicitation seeks industry feedback on a competitive Indefinite Delivery/Indefinite Quantity (IDIQ) contract, which will include Cost-Reimbursable (CR) with Cost-Plus-Award-Fee (CPAF), Firm-Fixed-Price (FFP), and Cost CLINs. The contract aims to support satellite ground system and satellite operations center engineering, development, integration, and sustainment primarily at Kirtland Air Force Base, New Mexico. Feedback is requested by March 20, 2026.

Purpose & Scope

The HADES contract's primary objective is to procure and support prototype and operational satellite ground systems, satellite operations centers (SOCs), and related services to accelerate mission design, ground integration, launch, on-orbit operations, ground system tests, and rapid fielding. The scope includes comprehensive support services (program management, cost management, information management, security, data handling), ground system services (engineering, design, development, integration, sustainment, decommissioning), facility services (power, HVAC, maintenance, network), and software support.

Recently added Task Order (TO) Performance Work Statements (PWSs) detail specific requirements for:

  • Ground Control: IT and operational support for a hybrid ground control environment at the Research, Development, Test, and Evaluation Support Complex (RSC), ensuring continuous mission execution and multi-mission support.
  • Jaguar Mission: Sustainment and stability for the Jaguar ground system and supporting infrastructure at the Satellite Operations Center (SOC) and Payload Operations Center (POC), including engineering, development, and sustainment. Requires Top Secret/SCI clearance for POC access.
  • Ground Support: Engineering, development, integration, and sustainment of technical operational requirements for continuous mission execution at the RSC, including RVDS maintenance and on-site hardware support.

Contract Details

  • Contract Type: Indefinite Delivery/Indefinite Quantity (IDIQ)
  • Estimated Value: Maximum $300,000,000.00; Minimum $3,000,000.00
  • Task Order Types: Cost-Plus-Award-Fee (CPAF) or Firm-Fixed-Price (FFP)
  • Period of Performance: Ordering periods vary by CLIN, with the earliest starting February 10, 2027, and the latest ending February 9, 2034.
  • NAICS Code: 541715 (Engineering And Technical Services)
  • Set-Aside: None specified
  • Place of Performance: Primarily Kirtland Air Force Base, Albuquerque, New Mexico.

Key Feedback Areas

The HADES team encourages industry input on:

  • Unlimited Government Data Rights and impact on cost per CDRL.
  • Performance Work Statement (PWS) structure, ease of use, and Work Breakdown Structure (WBS) consistency.
  • Completeness and understanding of the Development PWS task order.
  • Completeness, clarity, and understanding of the Award Fee Plan.
  • Appropriateness, adequacy, and sufficiency of currently provided draft RFP documents.

Submission & Evaluation

  • Feedback Due Date: March 20, 2026, to alyssa.phillips.4@spaceforce.mil or john.purcell.3@spaceforce.mil.
  • Evaluation Factors (for eventual RFP): Best value IDIQ. Technical (most important, with subfactors for Systems Engineering and Program Management) and Cost/Price (least important).
  • Small Business Participation: A 25% small business participation requirement is noted for Program Management.
  • Discussions: The Government intends to make award upon evaluation of initial proposals without discussions.

Additional Notes

This is a pre-solicitation notice for planning purposes only and does not commit the Government to a contract. Vendors must be registered in SAM.gov. CMMC Level 2 is required. Security clearances (Secret, Top Secret, SCI) are necessary for personnel. Non-Government advisors (The Aerospace Corporation and Tecolote Research, Inc.) may review proposals.

People

Points of Contact

Files

Files

Download
Download
Download
Download
Download
Download
Download

Versions

Version 4
Pre-Solicitation
Posted: Mar 16, 2026
View
Version 3
Pre-Solicitation
Posted: Mar 9, 2026
View
Version 2Viewing
Pre-Solicitation
Posted: Jan 28, 2026
Version 1
Pre-Solicitation
Posted: Jan 21, 2026
View