Solicitation: National Space Test and Training Complex (NSTTC) Innovative Technology & Engineering – Space Test and Range (NITE-STAR)

SOL #: FA2553-26-R-B001Solicitation

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Air Force
FA2553 OPRN TEST & TRG INFR OTTI PK
PETERSON SFB, CO, 80914, United States

Place of Performance

CO

NAICS

Research and Development in the Physical (541715)

PSC

Space R&D Services; Space Flight, Research And Supporting Activities; Applied Research (AR12)

Set Aside

No set aside specified

Timeline

1
Posted
Feb 25, 2026
2
Last Updated
Apr 1, 2026
3
Submission Deadline
Apr 17, 2026, 6:00 PM

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) has issued a solicitation 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 MA IDIQ aims to support the Operational Test and Training Infrastructure (OTTI) and SYD 81 by designing, developing, integrating, testing, and sustaining advanced space-based and ground-based systems. Proposals are due by 1200 Mountain Daylight Time (MDT) on April 17, 2026.

Opportunity Overview

This solicitation seeks competitive proposals for a MA IDIQ contract vehicle to provide comprehensive capability development, enhancement, test, evaluation, and training operations across live, virtual, and constructive (LVC) environments. The scope includes development and sustainment of satellite vehicles, payloads, ground stations, sensors, command and control systems, Hardware-in-the-Loop (HWIL) and Software-in-the-Loop (SWIL) simulations, and digital twins. The primary Product Service Code is AR12 (Space R&D Services; Space Flight, Research And Supporting Activities; Applied Research).

Contract Details

  • Contract Type: Multiple Award Indefinite-Delivery, Indefinite-Quantity (MA IDIQ).
  • Maximum Value: The total maximum dollar value for all orders placed under this solicitation is $981,000,000.00, shared among all awardees.
  • Period of Performance: A base five-year ordering period (anticipated July 1, 2026, to June 30, 2031) with one five-year option period (through June 30, 2036). Task/delivery orders can extend up to one year beyond the option period end.
  • Task Order Types: Task/delivery orders may utilize various contract types, including FFP, FPIF, CPIF, CPFF, CR, CPAF, and FPAF.
  • Place of Performance: Colorado (CO).

Key Requirements & Eligibility

  • Facility Clearance: Offerors must possess a minimum TOP SECRET facility clearance (FCL) and a facility accredited for performing and safeguarding work up to Top Secret/Sensitive Compartmented Information (TS/SCI) at the time of proposal submission. Lack of this will deem the proposal unacceptable.
  • Cybersecurity: Compliance with NIST SP 800-37, NIST SP 800-53, and Cybersecurity Maturity Model Certification (CMMC) Level 2 (Self) or higher is required.
  • Qualifying Relevant Projects (QRPs): Offerors must submit evidence of two QRPs as the Prime contractor within the last ten years: one Space System QRP (e.g., 100kg+ vehicle, 1-year+ design life, sensing/comm capabilities) and one Ground System QRP (e.g., software for C2/mission operations). Both are mandatory and rated Pass/Fail.
  • Organizational Conflict of Interest (OCI): Offerors must assess and address any OCI issues, proposing an acceptable mitigation plan if identified.
  • NAICS Code: 541715 (Research and Development in the Physical, Engineering, and Life Sciences, except Nanotechnology and Biotechnology) with a size standard of 1,000 employees.

Submission & Evaluation

  • Proposal Due Date: April 17, 2026, at 1200 MDT. Early submission is encouraged.
  • Submission Method: Electronically via DoD SAFE. Offerors must email SSC.TIK.NITESTAR@spaceforce.mil to request a DoD SAFE drop-off link.
  • Questions: The deadline for questions was March 24, 2026. A Q&A document was posted on April 3, 2026, clarifying critical requirements. An amendment to the solicitation is anticipated.
  • Evaluation: A gated technical evaluation approach will be used, with Security Compliance and QRPs rated Pass/Fail. The government intends to award without discussions and may use Artificial Intelligence (AI) to assist human evaluators.

Important Notes

  • A Pre-Proposal Conference recording and slides were posted to SAM.gov by March 20, 2026.
  • An initial $10,000 Task Order for a Post Award Kickoff Conference will be awarded to all Qualifying Offerors.
  • Procedures for On-Ramp and Off-Ramp of contractors are detailed, outlining conditions for adding or removing contractors from the IDIQ.

People

Points of Contact

Seneca AlvaradoPRIMARY
Megan McChrystalSECONDARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 6Viewing
Solicitation
Posted: Apr 1, 2026
Version 5
Solicitation
Posted: Mar 18, 2026
View
Version 4
Solicitation
Posted: Mar 17, 2026
View
Version 3
Solicitation
Posted: Mar 11, 2026
View
Version 2
Pre-Solicitation
Posted: Mar 2, 2026
View
Version 1
Pre-Solicitation
Posted: Feb 25, 2026
View
Solicitation: National Space Test and Training Complex (NSTTC) Innovative Technology & Engineering – Space Test and Range (NITE-STAR) | GovScope