Solicitation: National Space Test and Training Complex (NSTTC) Innovative Technology & Engineering – Space Test and Range (NITE-STAR)
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 United States Space Force (USSF) Space System Command (SSC) is soliciting competitive 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 opportunity aims to support the Operational Test and Training Infrastructure (OTTI) and SYD 81 by advancing space-based and ground-based systems. The total maximum value for all awards under this solicitation is $981,000,000.00. Proposals are due by April 17, 2026.
Purpose & Scope
The NITE-STAR IDIQ will facilitate the design, development, integration, testing, and sustainment of advanced space-based and ground-based systems. This includes capabilities development, enhancement, test, evaluation, and training operations across live, virtual, and constructive (LVC) environments. Key areas involve Hardware-in-the-Loop (HWIL) and Software-in-the-Loop (SWIL) simulations, digital twin creation, integration of Government Furnished Property/Information (GFP/GFI), lifecycle management, enterprise enhancements, and special studies.
Contract Details
- Contract Type: Multiple Award Indefinite-Delivery, Indefinite-Quantity (MA IDIQ).
- Total Maximum Value: $981,000,000.00 (shared among all awardees).
- Ordering Period: A five (5) year base ordering period (anticipated July 1, 2026, to June 30, 2031) with one (1) five (5) year optional ordering period (extending through June 30, 2036).
- Task Order Types: Task/Delivery Orders may utilize 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, or other FAR Part 16 types.
- Set-Aside: None specified for the IDIQ itself; small business participation will be analyzed for each task/delivery order. The NAICS code is 541715 (Research and Development in the Physical, Engineering, and Life Sciences, except Nanotechnology and Biotechnology) with a 1,000-employee size standard.
- Place of Performance: Primarily Colorado (Colorado Springs, CO, is specified for the initial Task Order).
Key Requirements & Eligibility
- Security: Offerors must possess a minimum TOP SECRET facility clearance (FCL) and an accredited facility for performing and safeguarding work up to Top Secret/Sensitive Compartmented Information (TS/SCI). Compliance with NIST SP 800-37, NIST SP 800-53, and Cybersecurity Maturity Model Certification (CMMC) Level 2 (Self) or higher is required.
- Experience: Offerors must demonstrate experience with two Qualifying Relevant Projects (QRPs): one Space System QRP and one Ground System QRP, showcasing prime contractor experience in system development, integration, and mission operations.
- Technical Approach: Leverage industry best practices, open standards, digital engineering tools, Model Based Systems Engineering (MBSE), DevSecOps, and Modular Open Systems Architectures (MOSA).
- Organizational Conflict of Interest (OCI): Offerors must assess and address any potential OCI situations, submitting a mitigation plan if applicable.
- Exclusions: Firms 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 from submitting proposals.
Submission & Evaluation
- Proposals Due: April 17, 2026, by 1200 Mountain Daylight Time (MDT).
- Submission Method: Electronically via DoD SAFE. Offerors must email SSC.TIK.NITESTAR@spaceforce.mil to request a drop-off link.
- Questions Due: March 24, 2026, by 1700 MDT, using Attachment 11 – Question and Answer (Q&A) Template.
- Evaluation: A gated technical evaluation approach will be used, with both Security Compliance Requirements (Gate 1) and Qualifying Relevant Projects (Subfactor 2) rated Pass/Fail. The government intends to award without discussions but reserves the right to hold them. Artificial Intelligence (AI) may assist human evaluators.
Additional Information
- A Pre-Proposal Conference recording and slides will be 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 (adding contractors) and Off-Ramp (removing contractors) are outlined, impacting both potential new entrants and existing awardees.