Sources Sought: Commercial Space Domain Awareness (SDA), Training Large Language Model (LLM) Module

SOL #: FA882026PKLBAS2Sources Sought

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Air Force
FA8820 SUSTAINMENT SDACP SSC/PKL
PETERSON SFB, CO, 80914, United States

Place of Performance

Colorado Springs, CO

NAICS

Computer Systems Design Services (541512)

PSC

No PSC code specified

Set Aside

No set aside specified

Timeline

1
Posted
Apr 8, 2026
2
Response Deadline
Apr 30, 2026, 11:00 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 U.S. Space Force (Department of the Air Force) is conducting a Sources Sought to identify commercial vendors offering Large Language Model (LLM) trainers for Space Domain Awareness (SDA). The goal is to find solutions capable of ingesting user inputs and technical documentation to create and update operational system training. This is for informational and planning purposes only and is not a solicitation. Responses are due April 30, 2026.

Scope of Interest

The Government is seeking information on LLM trainers that can:

  • Company Information & Capabilities: Demonstrate experience with LLM training/development or AI/ML solutions in secure, IL5 FedRAMP environments, including fine-tuning pre-trained models or proprietary LLM architectures. Provide quantifiable examples of reduced training time/improved proficiency, especially in DoD/DoW contexts, and experience with containerizing training services for classified enclaves.
  • Technical Solutions: Detail end-to-end processes for ingesting technical documents, TTPs, and source materials; assist SMEs in validating AI-generated content; generate curricula/learning modules; and deploy virtual instructor technologies in classified environments. Solutions should address scalability, interoperability, and integration, with data requirements for effective training.
  • Compliance & Standards: Describe methodologies for ensuring AI-generated content adheres to doctrinal standards, traceability to source material, and implementation of DoD/DoW security standards (e.g., DISA STIGs, CUI handling). Address OCONUS deployment, foreign national access, CMMC/CMMI certifications, ITAR/EAR considerations, maximum classification levels supported, and ATO process experience.
  • Innovation & Differentiation: Highlight innovative features beyond standard Q&A (e.g., simulation generation, real-time feedback, adaptive learning) and future development roadmaps.
  • Cost & Schedule: Provide ROM cost estimates, estimated timelines for development/deployment, identify applicable Government contract vehicles (GSA, GWACs, ESI), and describe typical development lifecycles and preferred contract types.
  • Risk Management: Outline potential risks and mitigation strategies.
  • Support & Maintenance: Detail long-term sustainability, reliability, connection stability, and staffing requirements.
  • Data Rights & Intellectual Property: Explain policies on data rights, IP, Government rights to use/modify/maintain solutions, and ownership of models trained on Government data.
  • Collaboration & Teaming: Indicate openness to collaboration and approach to managing partnerships.
  • Commercial Terms & Conditions: Confirm commercial item status, standard terms, warranties, payment terms, and pricing models.

Contract & Timeline

  • Type: Sources Sought Announcement
  • Set-Aside: None specified; small and small disadvantaged businesses are highly encouraged to respond.
  • Response Due: April 30, 2026
  • Published: April 8, 2026
  • NAICS Codes: 541512 and/or 611430

Additional Notes

This notice is for market research and planning only; it is not a solicitation. All information submitted is voluntary. Responses should be submitted via the provided Microsoft Forms link (https://forms.osi.apps.mil/r/VDKSExuQdk) and are limited to 15 pages. Proprietary information must be clearly marked. Respondents must be registered in the DoD Central Contractor Registry with a CAGE code. SSC support contractors may review submissions unless explicitly notified otherwise.

People

Points of Contact

Victoria LloydPRIMARY
Duayne MartinezSECONDARY

Files

Files

No files attached to this opportunity

Versions

Version 1Viewing
Sources Sought
Posted: Apr 8, 2026
Sources Sought: Commercial Space Domain Awareness (SDA), Training Large Language Model (LLM) Module | GovScope