Notice of Intent to Sole Source: SDA Tranche 3 (T3) Ground Segment Development (GSD)
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 Development Agency (SDA) has issued a Notice of Intent to Sole Source a contract to General Dynamics Mission Systems (GDMS) for the Proliferated Warfighter Space Architecture (PWSA) Tranche 3 (T3) Ground Segment Development (GSD) effort. This notice revises SDA-SN-25-0024. The intended award is a cost-plus contract with a four-year base and six one-year option periods.
Scope of Work
GDMS will be responsible for the systems engineering (SE), development, deployment, operations, and maintenance (O&M) of Tranche 1 and Tranche 2 ground entry points (GEPs). They will also provide O&M for ground segment capabilities to enable T3 Tracking space vehicle mission capabilities and integrate associated space vehicle performer ground system interfaces within the PWSA GS architecture. This effort leverages GDMS's existing platform and mission applications developed under the current PWSA Ground Management and Integration (GMI) contract, ensuring continuous integration and delivery.
Contract & Timeline
- Type: Notice of Intent to Sole Source (intended contract: Cost-Plus)
- Intended Contractor: General Dynamics Mission Systems (GDMS)
- Justification: Sole source is justified under 10 U.S.C. § 2304(d)(l)(B) / FAR 6.302-l(a)(2)(ll) due to substantial duplication of cost, unacceptable delays, and pre-existing Conflict of Interest (COI) exclusions.
- Duration: Four (4)-year base period with six (6) one-year option periods for O&M.
- Anticipated Award: August 2026
- Set-Aside: None (Sole Source)
- Response Due: April 17, 2026, at 1:00 PM PT
- Published: April 2, 2026
Action for Industry
This is not a request for competitive proposals. However, interested parties must submit clear and convincing evidence that competition would be advantageous to the Government and would not hinder the timeline or mission objectives. Responses must include:
- Business/demographic information showing responsibility and qualification (FAR Part 9).
- Specific exception to the intent to procure on a sole source basis.
- Technical data demonstrating capability to perform the work. Responses should be sent via email to beatriz.a.estrada.civ@mail.mil (cc: julie.a.foote3.ctr@mail.mil).
Additional Notes
The determination not to compete is solely at the Government's discretion. Responses will be assessed to determine if there is a compelling basis for a competitive procurement. The Government will not be responsible for any costs incurred by responding.