National Space Test and Training Complex (NSTTC) Innovative Technology & Engineering - Space Test and Range (NITE-STAR) - Capability Development
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 United States Space Force (USSF) Space System Command (SSC) Operational Test and Training Infrastructure (OTTI) has released a Draft Request for Proposal (RFP) for the National Space Test and Training Complex (NSTTC) Innovative Technology & Engineering – Space Test and Range (NITE-STAR) Capability Development Multiple Award (MA) Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract. This Special Notice is for industry feedback on the draft documents, not a solicitation for proposals. The anticipated IDIQ aims to support OTTI by designing, developing, integrating, testing, and sustaining advanced space-based and ground-based systems.
Purpose & Scope
The primary purpose of this draft RFP is to facilitate an improved understanding of Government requirements and obtain industry feedback. The NITE-STAR IDIQ will cover:
- Systems Development: Design, build, integrate, deliver, and deploy space-based (e.g., satellite vehicles, payloads) and ground-based systems (e.g., ground stations, sensors, C2 architecture).
- Digital Twins: Development for real-time system representation, validation, testing, and training.
- Sustainment: Lifecycle management, cybersecurity, and performance optimization for space and ground systems.
- Enterprise & Range Enhancements: Improvements in infrastructure, automation, interoperability, cybersecurity, and digital transformation.
- Special Studies: Technical analyses and assessments for risk identification and technology evaluation.
Contract Details
- Contract Type: Multiple Award Indefinite-Delivery, Indefinite-Quantity (MA IDIQ).
- Total Ceiling: Up to $981,000,000 across all task/delivery orders.
- Ordering Period: A base five-year ordering period with one five-year option period. Task/delivery orders may extend up to one year beyond the optional ordering period end date.
- Contract Types for Orders: Various types including Firm-Fixed Price (FFP), Fixed-Price Incentive Firm (FPIF), Cost Plus Incentive Fee (CPIF), Cost Plus Fixed Fee (CPFF), Cost Reimbursable (CR), Cost Plus Award Fee (CPAF), and Fixed Price Award Fee (FPAF).
- Initial Task Order: A $10,000 Firm-Fixed Price Task Order for a Post Award Kickoff Conference is anticipated for all qualifying awardees.
- NAICS Code: 541715 (Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)), with a small business size standard of 1,000 employees.
- Set-Aside: None specified.
Evaluation Factors (Anticipated for future RFP)
Proposals for the eventual solicitation will be evaluated using a gated approach:
- Factor 1: Technical (Acceptable/Unacceptable)
- Gate 1: Security Compliance (Pass/Fail): Requires a minimum TOP SECRET Facility Security Clearance (FCL) with SAP-F overlay, accreditation for TS/SCI and SAR/SAP work, and demonstrated cybersecurity/Risk Management Framework (RMF) capabilities per NIST SP 800-37 and NIST SP 800-53.
- Subfactor 2: Qualifying Relevant Projects (QRPs) (Pass/Fail): Demonstration of two QRPs (one Low-Earth Orbit (LEO) and one Geosynchronous/Geostationary Orbit (GEO) space system), each with at least six months of continuous performance as a prime contractor within the past five years.
- Factor 2: Small Business Participation Commitment (Acceptable/Unacceptable).
Submission & Feedback
- Draft RFP Feedback Due: 12:00 PM Mountain Time on September 22, 2025.
- Submission Method for Feedback: Written questions/comments must be submitted using the provided Excel document titled "NITE-STAR CD DRAFT RFP_Q_Cs" via email to SSC.TIK.NITESTAR@spaceforce.mil.
- Anticipated Proposal Due Date (for future RFP): 12:00 PM local time on October 31, 2025.
- Organizational Conflict of Interest (OCI): An OCI analysis and mitigation plan will be required. Firms providing A&AS, SETA, or FFRDC support services to OTTI are precluded from proposing.
- Contacts: Seneca Alvarado (seneca.alvarado@spaceforce.mil) and Megan McChrystal (megan.mcchrystal@spaceforce.mil).
Additional Notes
The Government reserves the right to add new awardees through "On-Ramp" procedures and remove non-performing contractors via "Off-Ramp" procedures. This is a draft RFP for informational purposes only; proposals are not being accepted at this time.