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) is soliciting proposals 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 vehicle will 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 April 17, 2026, at 1200 Mountain Daylight Time (MDT).

Scope of Work

The NITE-STAR IDIQ aims to provide interconnected, scalable, live/physical and synthetic/digital ranges for full-spectrum test and training in contested space environments. The scope includes:

  • Development, enhancement, test, evaluation, and training operations for space-based and ground-based capabilities across Live, Virtual, and Constructive (LVC) environments.
  • Creation of Hardware-in-the-Loop (HWIL) and Software-in-the-Loop (SWIL) simulations, and digital twins.
  • Integration of Government Furnished Property/Information (GFP/GFI), sustainment, and lifecycle management.
  • Special studies, technical analyses, and mission-driven assessments.
  • Contractors must possess an accredited Secure Compartmented Information Facility (SCIF) for Top Secret//Sensitive Compartmented Information (TS//SCI) work and comply with NIST SP 800-37, NIST SP 800-53, and CMMC Level 2.

Contract Details

  • Type: Multiple Award Indefinite-Delivery, Indefinite-Quantity (MA IDIQ).
  • Maximum Value: $981,000,000.00 shared among all awardees.
  • Period of Performance: A five (5) year ordering period with one (1) five (5) year optional ordering period. Task Orders (TOs)/Delivery Orders (DOs) can extend up to one year beyond the option period.
  • Contract Types (for TOs/DOs): May include Firm-Fixed Price (FFP), Fixed Price Incentive Firm (FPIF), Cost Plus Incentive Fee (CPIF), Cost Plus Fixed-Fee (CPFF), Cost Reimbursable (CR), Cost Plus Award Fee (CPAF), and Fixed Price Award Fee (FPAF).
  • Initial Task Order: A $10,000 FFP TO will be awarded to each awardee for a Post Award Kickoff Conference in Colorado Springs, CO.
  • NAICS: 541715 (Research and Development in the Physical, Engineering, and Life Sciences, except Nanotechnology and Biotechnology) with a 1,000-employee size standard.
  • Set-Aside: None specified.

Eligibility & Evaluation

Award will be made to "Qualifying Offerors" through a gated technical evaluation (Pass/Fail).

  • Gate 1 (Security Compliance): Requires a minimum TOP SECRET Facility Clearance (FCL) and an accredited facility for TS/SCI work, along with cybersecurity and Risk Management Framework (RMF) capabilities.
  • Qualifying Relevant Projects (QRPs): Offerors must demonstrate experience with two QRPs (minimum six months continuous performance within the last ten years) as a prime contractor: one Space System QRP and one Ground System QRP.
  • Offerors providing Advisory and Assistance Services (A&AS), Systems Engineering and Technical Assistance (SETA), or Federally Funded Research and Development Center (FFRDC) support to OTTI are precluded.
  • Organizational Conflict of Interest (OCI) mitigation plans are required if applicable.

Key Dates & Submission

  • Pre-Proposal Conference: Slides and recording will be posted to SAM.gov by March 20, 2026.
  • Questions Due: March 24, 2026, by 1700 MDT, using Attachment 11 template.
  • Proposals Due: April 17, 2026, by 1200 MDT.
  • Submission: Electronically via DoD SAFE. Offerors must email SSC.TIK.NITESTAR@spaceforce.mil to request a drop-off link.

People

Points of Contact

Seneca AlvaradoPRIMARY
Megan McChrystalSECONDARY

Files

Files

No files attached to this opportunity

Versions

Version 6
Solicitation
Posted: Apr 1, 2026
View
Version 5
Solicitation
Posted: Mar 18, 2026
View
Version 4
Solicitation
Posted: Mar 17, 2026
View
Version 3Viewing
Solicitation
Posted: Mar 11, 2026
Version 2
Pre-Solicitation
Posted: Mar 2, 2026
View
Version 1
Pre-Solicitation
Posted: Feb 25, 2026
View