Space Data Network (SDN) Mission Operations Center Commercial Solutions Opening (CSO)
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, specifically FA8819 SPECIAL PROGRAMS DIR SMC SP, has issued a Commercial Solutions Opening (CSO) for the Space Data Network (SDN) Mission Operations Center (MOC). This solicitation seeks innovative commercial solutions to design and implement a MOC that will serve as a centralized hub for the SDN-B architecture, integrating commercial pLEO providers, government/commercial transport, ground elements, and Space Exchange Points (SEPs). The MOC will be a Government-Owned, Contractor-Operated (GOCO) facility, designed with a Modular Open Systems Approach (MOSA). Step 1 Solution Briefs are due May 18, 2026.
Scope of Work
The MOC requires a hybrid deployment (on-premises and cloud-based) to provision, orchestrate, control, and manage network transport services. Key requirements include:
- Unified enterprise system for management, service orchestration, and situational awareness.
- Seamless orchestration of services across diverse Government and commercial satellite providers.
- Real-time enforcement of US Space Force mission priorities.
- End-to-end operational picture for health, status, and performance.
- Reduction of manual operations and operator workload.
- Commercial procurement covering modification development, lifecycle management, technology refreshes, PLEO provider services management, network performance monitoring, orchestration of space transport network connectivity, user onboarding, information assurance processing, and sustainment.
Contract & Timeline
- Contract Type: Firm Fixed Price (FFP). All supplies/services treated as commercial.
- Contract Vehicle: Single Award Indefinite Delivery, Indefinite Quantity (IDIQ) or Other Transaction Agreement (OTA).
- Anticipated Period of Performance (POP): 60 months.
- Response Due (Step 1 Solution Briefs): May 18, 2026, 12:00 PM PDT.
- Published Date: April 30, 2026.
Submission & Evaluation
A 3-step approach will be used:
- Step 1: Written Solution Briefs (white papers) – Open to all meeting security requirements.
- Step 2: Oral Presentation / Pitch Day (by invitation only).
- Step 3: Full Proposal (by invitation only). Late submissions will not be accepted. Evaluation factors include Technical Approach, Schedule, Overall Value, and Offeror Capabilities and Experience.
Eligibility
- Set-Aside: Unrestricted solicitation; not a small business set-aside.
- Restricted to domestic US-based companies and US-based subsidiaries.
- Offerors must have an active Sensitive Compartmented Information (SCI) Facility Clearance (FCL) with cleared personnel.
- Registration in the System for Award Management (SAM) is required, with NAICS Code 541715.
Additional Notes
This posting does not commit the Government to contract. All communications and questions should be submitted in writing to the listed Points of Contact.