Opportunity
SAM #SDA-SN-26-0010
Sole Source Intent: SDA Tranche 3 Ground Segment Development (GSD) to General Dynamics Mission Systems
Buyer
Space Development Agency
Posted
April 02, 2026
Respond By
April 17, 2026
Identifier
SDA-SN-26-0010
NAICS
541715, 541330
This notice announces the Space Development Agency's (SDA) intent to award a sole-source contract to General Dynamics Mission Systems (GDMS) for the Tranche 3 Ground Segment Development (GSD) of the Proliferated Warfighter Space Architecture (PWSA). - Sole-source contract to General Dynamics Mission Systems (GDMS) - Scope includes: - Systems engineering, development, deployment, and operations & maintenance (O&M) for Tranche 1 and Tranche 2 ground entry points (GEPs) - O&M for ground segment capabilities supporting Tranche 3 Tracking space vehicle mission capabilities - Leveraging the existing PWSA Ground Management and Integration (GMI) contract platform, including software baseline and CI/CD pipeline - Contract structure: - Cost-plus arrangement - Four-year base period - Six one-year option periods for O&M - Sole-source justification: - Avoids substantial duplication of cost and unacceptable delays - Supported by organizational assessment of pre-existing Conflict of Interest (COI) exclusions - Not a request for competitive proposals, but responses with clear and convincing evidence of capability may be considered - Place of performance/contracting office: FA2401 Space Development Agency SDA, 4755 Meadow Wood Lane, Chantilly, VA 20151-2222
Description
This notice revises SDA-SN-25-0024
The Space Development Agency (SDA) intends to award a sole-source contract to General Dynamics Mission Systems (GDMS; CAGE 1VPN8), for the Proliferated Warfighter Space Architecture (PWSA) Tranche 3 (T3) Ground Segment Development (GSD) effort. GDMS shall provide the systems engineering (SE), development and deployment, operations and maintenance (O&M) of Tranche 1 and Tranche 2 ground entry points (GEPs) and operations and maintenance of ground segment capabilities sufficient to enable the T3 Tracking space vehicle mission capabilities and associated space vehicle performer ground system interfaces to be integrated and interoperable within the PWSA GS architecture and enable minimal SDA Custody Layer interface development to support mission status and health related activities within the PWSA GS. The T3 GSD effort will leverage the existing platform/framework; development, test, and operations environments; and mission applications developed under the current GDMS awarded PWSA Ground Management and Integration (GMI) contract, enabling development within the existing software baseline and the continuous integration (CI) continuous delivery/deployment (CD) pipeline. This iterative enhancement of the existing PWSA GS software baseline will ensure development and test resources are available at the appropriate maturity and timeline to support Space and User Segment needs and activities within an aggressive integration, test, and launch readiness campaign.
A sole source award to GDMS is justified in accordance with 10 U.S.C. § 2304(d)(l)(B), as implemented by FAR 6.302-l(a)(2)(ll), as it is likely that award to any other source would result in substantial duplication of cost to the Government that is not expected to be recovered through competition and unacceptable delays in fulfilling the agency's requirements. An organizational assessment of pre-existing Conflict of Interest (COI) exclusions, aligned with the GMI contract award, also supports the determination of sole source award to GDMS. The planned cost-plus contract is anticipated to be awarded in August 2026. The contract will consist of a four (4)-year base period with six (6) one-year option periods for O&M activities. SDA has solicited industry inputs through a Broad Agency Announcement, to identify approaches to develop and transition from the existing PWSA GS framework/platform and mission applications to enable a future open competition of the Ground Segment to multiple vendors/performers.
This notice of intent is not a request for competitive proposals and no competitive solicitation will be issued. Any responses to this notice must demonstrate clear and convincing evidence that competition would be advantageous to the Government and would not hinder the timeline or mission objectives of the T3 GSD effort. Any response shall include the following information: 1) the business/demographic information showing responsibility and qualification in accordance with FAR Part 9; 2) specific exception to the intent to procure on a sole source basis; 3) technical data showing the capabilities of the respondent to perform the work listed above. The response must provide clear, convincing and unambiguous evidence to substantiate the capability of the respondent to provide the required services as listed above. A request for documentation or additional information or submissions that only ask questions will not be considered an affirmative response to this notice.
The determination not to compete this proposed contract action is solely within the discretion of the Government. Any responses received will be assessed for the purpose of determining a compelling basis to conduct a competitive procurement. The Government will not be responsible for any costs incurred by responding to this notice. Responses, to include capability statements, proposals or quotations, shall be sent via email only to beatriz.a.estrada.civ@mail.mil (cc: julie.a.foote3.ctr@mail.mil), no later than 17 April 2026, at 1:00 PM PT. It is the responsibility of the respondent to contact the Government to confirm receipt prior to the above due date and time. Responses submitted after this deadline will not be addressed.