Tranche 3 Ground Entry Point (GEP) Development and Integration
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) is conducting a Sources Sought to identify potential contractors for Tranche 3 Ground Entry Point (GEP) Development and Integration. This effort involves acquiring multiple globally dispersed GEPs to provide terrestrial links for SDA's Tranche 1, 2, and 3 constellations. The government anticipates a future acquisition strategy of full and open competition. Responses are due January 23, 2026, by 1700 ET.
Scope of Work
Contractors will be responsible for GEP site civils, procurement, installation, integration, test, and verification of GEP site communications shelters, antennas, antenna electronics, optical terminals, optical electronics, and GEP site networking equipment and software. These GEPs will provide terrestrial links using Optical Communication Terminals (OCTs), RF Ka-band communication, and S-band for Telemetry, Tracking, and Command (TT&C). GEPs must support autonomous Space Vehicle (SV) communication, coordinate with the Ground Resource Manager (GRM), transmit uplink commanding, and relay received data to the Operation Center (OC).
Contract & Timeline
- Type: Sources Sought (for market research)
- Anticipated Contract Structure: Indefinite Delivery Indefinite Quantity (IDIQ) with Firm Fixed Price (FFP) CLINs.
- Period of Performance: Five (5) years from the effective date of award.
- Security Requirements: Performer must maintain an active SECRET clearance.
- Anticipated RFP Release: February 2026.
Eligibility / Set-Aside
- Anticipated NAICS Code: 334220 (Small Business size standard: 1,250 employees).
- Firms are encouraged to suggest alternative NAICS Codes or size standards.
Submission Requirements
Interested firms should submit an unclassified technical capabilities statement (limited to ten pages) via email by January 23, 2026, 1700 ET, to ussf.pentagon.sda.mbx.sn-26-0003@mail.mil. Submissions must include business name, representative details, business size/type, CAGE Code, DUNS Number, capabilities demonstrating ability to perform per the draft SOW, anticipated teaming arrangements, descriptions of similar past services, suggested CLIN arrangements, and identification of major risks.
Key Dates
- Questions Due: January 12, 2026, 1700 ET.
- Responses Due: January 23, 2026, 1700 ET.
Additional Notes
This is for informational purposes only and is not a Request for Proposal (RFP). The government is under no obligation to award a contract based on this announcement and will not reimburse costs for response preparation. All submissions become government property. A draft Statement of Work (SOW) is available as Attachment 1.