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), Innovation and Prototyping Delta, has released a Draft Request for Proposal (RFP) for the Hybrid Architecture and Development for Experimental Systems (HADES) contract. This pre-solicitation seeks industry feedback on the draft documents for a competitive Indefinite Delivery/Indefinite Quantity (IDIQ) contract to support satellite ground systems and operations. Industry comments and questions are due by March 20, 2026.
Purpose & Scope
The HADES contract aims to procure and support prototype and operational satellite ground systems, satellite operations centers (SOCs), and associated services. This includes engineering, development, integration, and sustainment services primarily at the Research, Development, Test, and Evaluation (RDT&E) Support Complex (RSC) at Kirtland Air Force Base, New Mexico. The scope covers support services, ground system services, facility services, software support, Communication Security (COMSEC), and cybersecurity. Specific task orders for Ground Control, Jaguar mission sustainment, and Ground Support are outlined in the draft PWS documents.
Contract Details
- Contract Type: Single IDIQ, anticipated to be Cost-Reimbursable (CR) with Cost-Plus-Award-Fee (CPAF), Firm-Fixed-Price (FFP), and Cost CLINs for 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.
- Place of Performance: Primarily Kirtland Air Force Base, Albuquerque, New Mexico.
- NAICS Code: 541715 (Research and Development in the Physical, Engineering, and Life Sciences).
- Set-Aside: None specified. However, a Small Business Subcontracting Plan is required for "other than small business concerns" with a 25% small business participation commitment. Small business offerors are not required to submit this plan.
- Security Requirements: Personnel will require Secret, Top Secret, and SCI clearances. CMMC Level 2 or higher is required.
Proposal & Evaluation
Proposals for the final RFP will be evaluated on a best-value basis, considering an integrated assessment of:
- Technical (Most Important): Program Management and Systems Engineering.
- Past Performance (Second Most Important): Recency, relevancy, and quality.
- Cost/Price (Least Important): Reasonableness, cost realism, and unbalanced pricing. The Government intends to make an award without discussions. Offerors must submit a single proposal covering the IDIQ and three initial Task Orders. An Organizational Conflict of Interest (OCI) Mitigation Plan is required.
Key Dates & Contacts
- Industry Feedback Due: March 20, 2026.
- Final RFP Release: Scheduled for Spring 2026.
- Points of Contact: Lt Col John Purcell (john.purcell.3@spaceforce.mil) and Alyssa Phillips (alyssa.phillips.4@spaceforce.mil).