Inactive
Notice ID:HQ085021R0002
AMENDMENT 03 (September 30, 2021) The primary purpose of this Amendment 3 is to modify Section L (Attachment 2) to change the following: Modify the CLIN 1 Milestone Payments Table (Table 4) to include...
AMENDMENT 03 (September 30, 2021) The primary purpose of this Amendment 3 is to modify Section L (Attachment 2) to change the following: Modify the CLIN 1 Milestone Payments Table (Table 4) to include Link 16 Verification Test (LVT) Success rather than Link 16 Interoperability Test (LIT) Success. Specify that Offerors shall assume a launch location of Vandenberg Space Force Base for pricing purposes. Clarify that cover pages and tables of contents will not count against specified page limits. RFP Attachment 2 has been revised. All other attachments remain unchanged. The amended RFP and revised attachment supercede the previous versions in their entirety. (End of Amendment) AMMENDMENT 02 (September 28, 2021) The primary purpose of this Amendment 2 is to: Modify Attachment 1 to change the following: Section 3.2.6 Navigation: changed shall statement in text to will for clarity. CYB_CTR_3/4: increased the time allowed for the implementation of the RMF security controls. GND_SYS_21: increased the time allowed for transfer of NOVA operations between OCs OS_CTR_3: specified that the flat sat shall be delivered NLT LEORR of the first plane 2. Update language in Section L (Attachment 2) regarding the use of Non-Government Advisors RFP Attachments 1 and 2 have been revised. All other attachments remain unchanged. The amended Attachment 1 (Statement of Work and Technical Requirements Document) is Controlled Unclassified Information (CUI). To receive it, please send an email to osd.pentagon.ousd-r-e.mbx.hq085021r0002@mail.mil with the subject line “SDA T1TL RFP Attachment Request.” PLEASE NOTE - IF YOUR ORGANIZATION HAS ALREADY REQUESTED AND RECEIVED THE PREVOIUS VERSIONS OF THE SOW, THE AMENDED VERSION WILL BE SENT VIA DoD SAFE AUTOMATICALLY. YOU DO NOT HAVE TO SUBMIT A NEW REQUEST. The amended RFP and revised attachments supercede the previous versions in their entirety. (End of Amendment) AMMENDMENT 01 (September 14, 2021) The primary purpose of this Amendment 1 is to: Increase the permissible mass of the integrated space vehicle stack from 9100 to 9500 kg Remove Partner Payload Program (P3) space vehicle bus procurement from the scope of this solicitation, as the Government’s intent is to release a separate solicitation for these requirements in the near future Extend the proposal due date from 1 October 2021 to 8 October 2021 at 1200 EDT Modify specified backup TT&C uplink frequency band from 2025-2120 MHz to 2025-2110 MHz RFP Attachments 1, 2, 3, 6, and 7 have been revised. Attachments 4,5, and 8 remain unchanged. The amended Attachment 1 (Statement of Work and Technical Requirements Document) and the T1TL Bidder’s Library are Controlled Unclassified Information (CUI). To receive them, please send an email to osd.pentagon.ousd-r-e.mbx.hq085021r0002@mail.mil with the subject line “SDA T1TL RFP Attachment Request.” PLEASE NOTE - IF YOUR ORGANIZATION HAS ALREADY REQUESTED AND RECEIVED THE PREVOIUS VERSIONS OF THESE DOCUMENTS, THE AMENDED VERSIONS WILL BE SENT VIA DoD SAFE AUTOMATICALLY. YOU DO NOT HAVE TO SUBMIT A NEW REQUEST. The amended RFP and revised attachments supercede the previous versions in their entirety. (End of Amendment) The Space Development Agency (SDA) is issuing this solicitation to establish the foundation for Tranche 1 (T1), the Initial Warfighting Capability Tranche, of the National Defense Space Architecture (NDSA). The NDSA’s operational utility is predicated on the availability of a ubiquitous data and communications Transport Layer provided by a proliferated constellation of relatively small, mass-producible space vehicles (SVs) in low Earth orbit (LEO). The Tranche 1 Transport Layer (T1TL) SVs will be similar to those currently under development for the Tranche 0 Transport Layer with targeted technology enhancements, mission-focused payload configurations, increased integration, and greater production efficiencies. The T1TL will provide global communications access and deliver persistent regional encrypted connectivity in support of Warfighter missions around the globe by serving as the backbone for Combined Joint All Domain Command and Control (CJADC2) built on low-latency data transport, sensor-to-shooter connectivity, and direct-to-weapon connectivity. The T1TL Request for Proposal (RFP) is attached. To receive Attachment 1 (Statement of Work and Technical Requirements Document) and the T1TL Bidder’s Library, please send an email to osd.pentagon.ousd-r-e.mbx.hq085021r0002@mail.mil with the subject line “SDA T1TL RFP Attachment Request.” Please include your organization’s CAGE code and location in your request. Requests received from organizations that do not possess a facility clearance of at least Secret will be evaluated on a case-by-case basis. SDA will endeavor to respond to all requests in the order that they are received and within one business day of receipt. Note - the T1TL Industry Day Agenda with links to the video presentations is also provided. Industry Day materials are being furnished for informational purposes ONLY. In the event of a conflict, the text of the RFP takes precedence over any information contained in the Industry Day presentations.