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 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 for a competitive Indefinite Delivery/Indefinite Quantity (IDIQ) contract, structured with Cost-Reimbursable (CR) with Cost-Plus-Award-Fee (CPAF), Firm-Fixed-Price (FFP), and Cost CLINs, to support satellite ground system and operations center engineering, development, integration, and sustainment. Services will primarily be performed at the Research, Development, Test, and Evaluation (RDT&E) Support Complex (RSC) at Kirtland Air Force Base, New Mexico. Industry questions and comments are due by March 20, 2026.
Scope of Work
The HADES contract will provide comprehensive support for prototype and operational satellite ground systems and satellite operations centers (SOCs). Key areas include:
- Engineering, Development, Integration, and Sustainment of ground systems and SOCs.
- Support Services such as program management, cost management, information management, security, and data handling.
- Facility Services including power distribution, HVAC, and network infrastructure.
- Software Support Services for setup, development, and configuration.
- Specialized Activities like Communication Security (COMSEC) and Cybersecurity. Specific task orders, such as for Jaguar mission sustainment and Ground Control/Support, detail requirements for maintaining mission readiness, supporting multi-level missions, and managing hybrid on-premises and cloud-based ground systems.
Contract Details
- Opportunity Type: Presolicitation (Draft RFP)
- Contract Type: IDIQ with Cost-Plus-Award-Fee (CPAF) or Firm-Fixed-Price (FFP) task orders.
- Estimated Value: Minimum $3,000,000.00, Maximum $300,000,000.00.
- Period of Performance: Ordering period from February 10, 2027, through February 9, 2034 (notional schedule extends to GFY 2034).
- Set-Aside: None specified for the overall contract; however, small business participation is a key evaluation factor (25% at first-tier subcontract level). A Notice of Price Evaluation Preference for HUBZone Small Business Concerns is included.
- NAICS Code: 541715 (Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)).
- CMMC Requirement: Level 2 or higher.
- Security Clearances: Secret, Top Secret, and Top Secret/Sensitive Compartmented Information (SCI) are required for personnel.
Submission & Evaluation
This is a draft RFP, and the government encourages industry input. The final RFP is scheduled for release in Spring 2026.
- Industry Questions/Comments Due: March 20, 2026, to alyssa.phillips.4@spaceforce.mil or john.purcell.3@spaceforce.mil.
- Proposal Submission (for final RFP): Proposals will be submitted digitally via DoD Safe. The government intends to make award without discussions.
- Evaluation Factors (for final RFP): Best value, based on an integrated assessment of:
- Factor 1: Technical (Most Important): Program Management and Systems Engineering.
- Factor 2: Past Performance (Second Most Important): Recency, relevancy, and quality.
- Factor 3: Cost/Price (Least Important): Reasonableness, cost realism, and unbalanced pricing.
- Proposal Validity: 270 calendar days from the proposal due date.
- Required Documents: Proposals will include an Executive Summary, Technical Volume (narrative, staffing, transition plan, CWBS), Cost/Price Volume, Past Performance, and Contract Documentation (including Small Business Subcontracting Plan and OCI Mitigation Plan).
Key Updates & Action Items
Recent updates to the draft RFP include:
- Clarifications and corrections to the Award Fee Plan, evaluation weightings, and cost control criteria.
- Confirmation of CPAF as the contract type and removal of the EVMS requirement.
- Detailed ordering instructions for task orders, including proposal content and evaluation.
- A Contract Data Requirements List (CDRL) outlining 36 specific deliverables.
- A Government Furnished Property (GFP) and Inventory List for bidder review.
- The government will post all questions/comments with answers on SAM.gov.