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 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 presolicitation seeks industry feedback for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract to support satellite ground system and operations center engineering, development, integration, and sustainment primarily at Kirtland Air Force Base, New Mexico. The contract will utilize Cost-Reimbursable (CR) with Cost-Plus-Award-Fee (CPAF), Firm-Fixed-Price (FFP), and Cost CLINs. Questions and comments on the draft RFP are due by March 20, 2026.
Purpose & Scope
The HADES program aims to procure and support prototype and operational satellite ground systems, satellite operations centers (SOCs), and related services. This includes accelerating mission design, ground integration, launch, on-orbit operations, ground system tests, and rapid fielding. The scope encompasses comprehensive engineering, development, integration, and sustainment services for the United States Air Force's Research and Development Space and Missile Operations (RDSMO) Ground System Enterprise (GSE). Key areas include program management, cost management, information management, security and data handling, quality control, risk management, training, configuration management, logistics, concept development, ground system engineering, facility services (power, HVAC, network), software support, COMSEC, Cybersecurity, and Defensive Cybersecurity Operations (DCO). Specific task orders like Jaguar, Ground Control, and Ground Support are detailed in accompanying PWS documents.
Contract Details
- Contract Type: Single Indefinite Delivery/Indefinite Quantity (IDIQ) with Cost-Reimbursable (CR) with Cost-Plus-Award-Fee (CPAF), Firm-Fixed-Price (FFP), and Cost CLINs.
- 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.
- NAICS Code: 541715 (Engineering And Technical Services).
- Set-Aside: None specified. However, the solicitation includes a Notice of Price Evaluation Preference for HUBZone Small Business Concerns and requires Small Business Participation (25% at the first-tier subcontract level for other than small businesses). Small Business Offerors are not required to submit a Small Business Subcontracting Plan.
Key Updates & Documents
Recent updates include revised Performance Work Statements (PWS) for the Basic IDIQ, Jaguar, and Ground Control (now in PDF format), updated Notional Staffing for Ground Control, and an updated Notional Schedule. The draft RFP itself, Section L&M, Award Fee Plan, Ordering Instructions, GFP list, draft CDRLs, and an OCI Mitigation Plan checklist have also been updated. A Q&A document addressing industry questions received up to February 20, 2026, has been posted, clarifying aspects like CMMC Level 2 requirement, removal of EVMS, and updates to OCI clauses.
Evaluation Criteria
The acquisition is a best value FAR 16 IDIQ contract. Evaluation will be based on an integrated assessment of:
- Factor 1: Technical (Most Important): Subfactors include Systems Engineering and Program Management.
- Factor 2: Past Performance (Second Most Important): Assessed for recency, relevancy, and quality.
- Factor 3: Cost/Price (Least Important): Evaluated for reasonableness, cost realism, and unbalanced pricing. The government intends to make an award without discussions, emphasizing the importance of submitting the best initial proposals.
Submission Requirements
Proposals must be clear, concise, and provide sufficient detail, organized into five volumes: Executive Summary, Technical, Cost/Price, Past Performance, and Contract Documentation. Digital submission via DoD Safe is required. Offerors must address potential Organizational Conflict of Interest (OCI) situations with a mitigation plan and, for other than small businesses, submit a Small Business Subcontracting Plan. Proposals must remain valid for 270 calendar days.
Key Dates & Contacts
- Draft RFP Questions/Comments Due: March 20, 2026.
- Final RFP Release: Scheduled for Spring 2026.
- Primary Contact: Lt Col John Purcell (john.purcell.3@spaceforce.mil, 505-853-7664).
- Secondary Contact: Alyssa Phillips (alyssa.phillips.4@spaceforce.mil, 505-846-6604). Vendors must be registered in SAM.gov.