Skip to content
Department of Defense

Deep Space Advanced Radar (DARC) Interim Contractor Support (ICS) Contract

Solicitation: FA882026PKLBAS
Notice ID: 55080a463c564ab58879cef6c616a539
TypeSources SoughtNAICS 518210DepartmentDepartment of DefenseAgencyDept Of The Air ForceStateCOPostedMar 30, 2026, 12:00 AM UTCDueApr 30, 2026, 06:00 PM UTCCloses in 21 days

Sources Sought from DEPT OF THE AIR FORCE • DEPT OF DEFENSE. Place of performance: CO. Response deadline: Apr 30, 2026. Industry: NAICS 518210.

DoD CMMC Readiness
Modern compliance support by Federal Bid Partners

CMMC support options for this DoD solicitation

As DoD CMMC rollout expands, approximately 80%+ of DoD solicitations are expected to include cybersecurity/CMMC requirements, including many non-tech scopes.

Done-for-you service
CMMC start-to-finish with FBP
$2,000
Registered Practitioner logo
Guided by a Registered Practitioner with practical DoD workflow support.
  • Gap review, remediation roadmap, and implementation support
  • Policy package, evidence mapping, and submission prep
  • Designed for primes and subs across non-tech and tech work
Start CMMC with Federal Bid Partners →
AI-powered application
CMMC Pulsar™ start-to-finish
$399
CMMC Pulsar logo
First-of-its-kind CMMC Pulsar™ app to run your CMMC workflow with AI assistance.
  • Structured checklist, AI guidance, and progress tracking
  • Build evidence and controls with clearer next-step workflows
  • Ideal for teams that want speed plus affordability
Open CMMC Pulsar™ →
Solicitation context: FA882026PKLBAS. Requirements vary by acquisition and contract type; COTS-only exceptions may apply.

Market snapshot

Awarded-market signal for NAICS 518210 (last 12 months), benchmarked to sector 51.

12-month awarded value
$139,930,727
Sector total $557,489,996 • Share 25.1%
Live
Median
$3,823,644
P10–P90
$1,144,729$6,502,558
Volatility
Volatile140%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
25.1%
share
Momentum (last 3 vs prior 3 buckets)
+241%($76,529,738)
Deal sizing
$3,823,644 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Map for CO
Live POP
Place of performance
Colorado Springs, Colorado • United States
State: CO
Contracting office
Peterson Sfb, CO • 80914 USA

Applicable Wage Determinations

SAM WDOL references matched to this opportunity's location and scope language.

WD Directory →
Best fit for this contractDavis-Bacon
CO20260009 (Rev 0)
Match signal: state matchOpen WD
Published Jan 02, 2026Colorado • Denver, Douglas
Rate
CARPENTER (Form Work Only)
Base $33.11Fringe $12.17
Rate
TRAFFIC SIGNALIZATION: Traffic Signal Installation Zone 1
Base $26.42Fringe $4.75
+78 more occupation rates available in the full WD.
View more for this contract
3 more WD matches and 78 more rate previews.
Davis-BaconBest fitstate match
CO20260009 (Rev 0)
Open WD
Published Jan 02, 2026Colorado • Denver, Douglas
Rate
CARPENTER (Form Work Only)
Base $33.11Fringe $12.17
Rate
TRAFFIC SIGNALIZATION: Traffic Signal Installation Zone 1
Base $26.42Fringe $4.75
Rate
Zone 2
Base $29.42Fringe $4.75
+77 more occupation rates in this WD
Davis-Baconstate match
CO20260008 (Rev 0)
Open WD
Published Jan 02, 2026Colorado • El Paso, Pueblo, Teller
Rate
ELECTRICIAN
Base $35.40Fringe $16.06
Rate
ELECTRICIAN
Base $40.70Fringe $18.47
Rate
POWER EQUIPMENT OPERATOR: (3)-Drill Rig Caisson (smaller than Watson 2500 and similar)
Base $35.20Fringe $15.20
+75 more occupation rates in this WD
Davis-Baconstate match
CO20260007 (Rev 0)
Open WD
Published Jan 02, 2026Colorado • Boulder
Rate
POWER EQUIPMENT OPERATOR: (3)- Drill Rig Caisson (smaller than Watson 2500 and similar)
Base $35.03Fringe $15.20
Rate
Scraper (single bowl, under 40 cu. yd), Crane (50 tons and under)
Base $35.20Fringe $15.20
Rate
Drill Rig Caisson (Watson 2500 similar or larger), Crane (51-90 tons), Scraper (40 cu.yd and over),
Base $35.41Fringe $15.20
+50 more occupation rates in this WD
Service Contract Actstate match
2023-0171 (Rev 8)
Open WD
Published Jan 20, 2026Colorado • Larimer
47040
Diver
Base $53.87Fringe $0.00

HEALTH & WELFARE: $5.55 per hour, up to 40 hours per week, or $222.00 per week or $962.00 per month HEALTH & WELFARE EO 13706: $5.09 per hour, up to 40 hours per week, or $203.60 per week, or $882.27 per month* *This rate is to be used only when compensating employees for performance on an SCA- covered contract also covered by EO 13706, Establishing Paid Sick Leave for Federal Contractors. A contractor may not receive credit toward its SCA obligations for any paid sick leave provided pursuant to EO 13706. | VACATION: 2 weeks paid vacation after 1 year of service with a contractor or successor; 3 weeks after 5 years, 4 weeks after 10 years, and 5 weeks after 15 years. Length of service includes the whole span of continuous service with the present contractor or successor, wherever employed, and with the predecessor contractors in the performance of similar work at the same Federal facility. (Reg. 29 CFR 4.173) | HOLIDAYS: A minimum of eleven paid holidays per year: New Year's Day, Martin Luther King Jr.'s Birthday, Washington's Birthday, Memorial Day, Juneteenth National Independence Day, Independence Day, Labor Day, Columbus Day, Veterans' Day, Thanksgiving Day, and Christmas Day. (A contractor may substitute for any of the named holidays another day off with pay in accordance with a plan communicated to the employees involved.) (See 29 CFR 4.174) ** UNIFORM ALLOWANCE ** If employees are required to wear uniforms in the performance of this contract (either by the terms of the Government contract, by the employer, by the state or local law, etc.), the cost of furnishing such uniforms and maintaining (by laundering or dry cleaning) such uniforms is an expense that may not be borne by an employee where such cost reduces the hourly rate below that required by the wage determination. The Department of Labor will accept payment in accordance with the following standards as compliance: The contractor or subcontractor is required to furnish all employees with an adequate number of uniforms without cost or to reimburse employees for the actual cost of the uniforms. In addition, where uniform cleaning and maintenance is made the responsibility of the employee, all contractors and subcontractors subject to this wage determination shall (in the absence of a bona fide collective bargaining agreement providing for a different amount, or the furnishing of contrary affirmative proof as to the actual cost), reimburse all employees for such cleaning and maintenance at a rate of $3.35 per week (or $.67 cents per day). However, in those instances where the uniforms furnished are made of ""wash and wear"" materials, may be routinely washed and dried with other personal garments, and do not require any special treatment such as dry cleaning, daily washing, or commercial laundering in order to meet the cleanliness or appearance standards set by the terms of the Government contract, by the contractor, by law, or by the nature of the work, there is no requirement that employees be reimbursed for uniform maintenance costs. ** SERVICE CONTRACT ACT DIRECTORY OF OCCUPATIONS ** The duties of employees under job titles listed are those described in the ""Service Contract Act Directory of Occupations"", Fifth Edition (Revision 1), dated September 2015, unless otherwise indicated.

Point of Contact

Name
Victoria Lloyd
Email
victoria.lloyd@spaceforce.mil
Phone
Not available
Name
Duayne Martinez
Email
duayne.martinez.3.ctr@spaceforce.mil
Phone
Not available

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE AIR FORCE
Subagency
AIR FORCE SPACE COMMAND
Office
SPACE AND MISSILE CENTER • SPACE SYSTEMS2 • FA8820 SUSTAINMENT SDACP SSC/PKL
Contracting Office Address
Peterson Sfb, CO
80914 USA

More in NAICS 518210

Description

REQUEST FOR INFORMATION

1. Agency/Office: United States Space Force (USSF) / Space Systems Command (SSC), Battle Management, Command, Control, Communications, & Space Intelligence (BMC3I) Program Executive Office

2. Contracting Office Location: Peterson Space Force Base, Colorado

3. Type: Sources Sought

4. Solicitation Number: N/A

5. Date Posted: 27 Mar 2026

6. Title: Deep Space Advanced Radar (DARC) Interim Contractor Support (ICS) Contract

7. Classification Code:

8. NAICS Code: 518210

9. Is this a Recovery and Reinvestment Act Action? No

10. Response Date: 30 Apr 2026

11. Primary Point of Contact: PCO Name Victoria Lloyd, victoria.lloyd@spaceforce.mil

12. Secondary Point of Contact: Contract Support, Duayne Martinez, duayne.martinez.3.ctr@spaceforce.mil

13. Description: Seeking information on industry recommendations and best practices for contract, subcontract, and partner management on technical contracts and programs, as BMC3I looks to create a single ICS contract model that supports tailored work efforts focused on software development; deployment; security; and operations, integration, and lifecycle sustainment.

Level of classification runs from unclassified to Top Secret/Sensitive Compartmented Information (TS/SCI).

14. Place of Contract Performance: Multiple Locations (OCONUS)

15. Set Aside: TBD

16. Archiving Policy: Automatic

17. Allow Vendors to Add/Remove from Interested Vendors? No

18. Allow Vendors to View Interested Vendors List? No

19. Attachments: N/A

20. Is this package (attachment) sensitive/secure? N/A

THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. This RFI is issued solely for information and planning purposes. It does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. This request for information does not commit the Government to contract for any supply or service whatsoever. Further, the Government is not at this time seeking proposals and will not accept unsolicited proposals. Interested parties who provide submissions are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this RFI; all costs associated with responding to this RFI shall be solely at the interested party’s expense. Not responding to this RFI does not preclude participation in any future RFP, if any is issued.

  1. Description

Space Systems Command (SSC), in support of the Geostationary Earth Orbit (GEO) Sensing DARC Program is seeking information on industry recommendations and best practices for contract, subcontract, and partner management on technical contracts and programs, as we look to create a single ICS contract model that supports tailored work efforts focused on software development; deployment; security; and operations, integration, and lifecycle sustainment.

  1. Background
    1. The DARC program is part of a larger effort of moving towards a resilient space enterprise in our nation's Space Domain Awareness (SDA) capabilities able to deter aggression. The DARC Program of Record effort will build and install a pseudo-monostatic ground-based radar system. It will coherently combine the pseudo-monostatic array of steerable parabolic antennas. DARC provides a unique capability that is critical to ensure the USSF and Department of War, (DoW) are able to successfully execute the SDA mission. The complete DARC system will consist of 3 geographically dispersed sites approximately 120 degrees apart for world-wide GEO belt coverage. DARC Sites 2 and 3 are planned to be acquired via the Major Capability Acquisition (MCA) pathway.

  1. Requested Information
    1. The Government is interested in receiving information from industry on best practices and recommendations for contract and program management; specifically what concepts and models could best support changes to the performance work statement (PWS), creating a tailored contract structure that maximizes mission and program management performance. This solicitation documentation contains Controlled Unclassified Information (CUI). Offerors must request permission to receive the CUI documents from the individuals listed below. Offerors must provide a CAGE code associated with a compliant NIST SP 800-171 assessment to receive access to CUI attachments and to be eligible for award. Please email the Government contracting points of contact, Duayne Martinez at duayne.martinez.3.ctr@spaceforce.mil and Victoria Lloyd at victoria.lloyd@spaceforce.mil with the appropriate CAGE code to request a copy of the PWS. The information requested is specific to the two (2) objectives below.

    1. Objective #1: Execution, using the attached PWS, provide and recommend no more than one novel model for successfully designing and executing a principal integrator to effectively oversee and manage two (2) distinct lines of effort within the scope of the PWS:
  1. Dedicated to the continuation of backlog burndown, security, operations, and integration of DARC software and tools
  2. Dedicated to supporting sustainment of operationally accepted and baselined software.
      1. All model concepts and responses for this RFI shall include and specifically address, in maximized detail within the submission format limit, how the integrator would incentivize, cooperate, and team with industry partners (to include as potential subcontractors).
      2. All responses to this RFI must include and specifically address all risks, negative impacts, and potential obstacles to how the integrator would incentivize, cooperate, and team with industry partners (to include as potential subcontractors). These risks, impacts, and obstacles shall identify which factor they are associated with (cost/financial, legal, tradecraft/intellectual property, security, and other similar factors).
      3. All model concepts shall address the Respondees’ preferred contract strategies for: 1) the overall integration contract effort; and 2) contract type between the prime and USG.
    1. Objective #2: Transition, using the attached PWS, provide and recommend notional PWS outlines for both the integration and sustainment of transitioning from ICS to a Contractor Logistics Support (CLS). This plan must clearly delineate the work/tasks to be accomplished at level 1 (on site), and level 2 (depot).
      1. Interim contractor support (ICS) is the maintenance and support of a new weapon system provided by a commercial vendor pending transition to organic support.
      2. Although there is no uniform definition of Contractor Logistics Support (CLS) throughout the DoW, it is broadly defined as contracted weapon system sustainment that occurs over the life of the weapon system.

3.4 All responses to this RFI shall directly and specifically include recommendations for how Integrated Product Support elements associated with the sustainment line of effort will cooperate, complement, and/or integrate with the development line of effort. This includes potentially overlapping areas of interest in sustaining engineering, test, and configuration management.

3.5 All responses to this RFI shall directly identify and specifically address efficiencies (i.e., cost, mission operation, contract performance, program management, etc.) that would be generated and achieved through the recommended approach. Any identified efficiencies shall clearly identify for whom the efficiency is for: the Government, Industry, or both.

3.6 All responses to this RFI shall also directly identify and specifically address all efficiencies (i.e., cost, mission operation, contract performance, program management, etc.) that would be measurably degraded and/or lost through the recommended approach. Any identified degradations or losses shall clearly identify for whom the efficiency is lost: the Government, Industry, or both.

3.7 Any additional suggestions or recommendations on trade-offs among efficiencies, gained or lost, shall be identified and detailed to the maximum extent possible.

3.8 All responses to this RFI shall avoid models that are based on shared resources across lines of effort.

    1. Submission Instructions
    2. Interested parties are requested to respond to this RFI in the form of a white paper document only. Presentations and non-electronic submissions will not be accepted.
    3. Submissions are due no later than 30 April 2026 at 1200 MDT. All responses shall be submitted to the individuals listed in the contact information portion of this RFI.
    4. Submissions shall include responses to both Objectives 1 and 2, as described above. Submissions that do not address Objectives 1 and 2 will not be reviewed.
    5. Submissions shall not exceed sixteen (16) pages in length, including cover page(s), administrative and contact information, and the substantive response. Please see below for section page limitations.
      1. Section 1 of the white paper shall provide administrative information and shall include the following as a minimum. Section 1 shall not exceed 1 page in length.
        1. Name, mailing address, overnight delivery address (if different from mailing address), phone number, fax number, and e-mail of designated points of contact.
        2. Business type (large business, small business, small, disadvantaged business, 8(a)-certified small, disadvantaged business, HUBZone small business, woman-owned small business, very small business, veteran-owned small business, service-disabled veteran-owned small business) based upon North American Industry Classification System (NAICS) code 518210, Data Processing, Hosting, and Related Services.
        3. “Small business concern” means a concern, including its affiliates that is independently owned and operated, not dominant in the field of operation in which it is bidding on Government contracts, and qualified as a small business under the criteria and size standards in 13 CFR part 121. A small business concern for the purposes of this procurement is generally defined as a business, including its affiliates, averaging no more than $35 million dollars in annual receipts. Respondees are cautioned, however, that this is a general description only. Additional standards and conditions apply. Please refer to Federal Acquisition Regulation FAR 19 for additional detailed information on Small Business Size Standards. The FAR is available at https://www.acquisition.gov/browse/index/far.
        4. The facility security clearance of the Respondee.
      2. Section 2 of the white paper shall provide a substantive response for the RFI, to include Objective 1, and not to exceed 7 pages.
      3. Section 3 of the white paper shall provide a substantive response for the RFI, to include Objective 2, and not to exceed 7 pages.
    6. Unclassified responses shall be submitted by electronic means through email or file transfer applications on NIPRNet to the addresses provided in the contact information section of this RFI. Unclassified responses shall not be submitted on classified network systems.
    7. All electronic materials provided shall be properly marked IAW Federal and DoD regulations and guidance. Any materials not properly marked will not be reviewed.
    8. Proprietary information, if any, shall be minimized, and shall also be portion marked throughout the response.
    9. If submitting responses by file transfer application, industry members must also provide concurrent unclassified notice of that submission by email to the NIPRNet email addresses provided in the contact information section of this RFI. Notification emails shall include all security information (links, passphrases, pin codes, etc.) needed to access submissions.
    10. Please be advised that all submissions become Government property and will not be returned.
    11. Space Systems Command (SSC) support contractors are supporting the Government in this effort. As such, information submitted in response to this source may be released to individuals who work for SSC. Please immediately notify the primary point of contact if your company does not consent to the release of proposal information to these company personnel.

  1. Industry Discussions

SSC/SYD 85 representatives may or may not choose to meet with potential Respondees. Such discussions would only be intended to get further clarification of information provided in submissions and does not imply any commitment by the Government to pursue any of the identified recommendations.

  1. Contact Information
    1. Questions
      1. Questions regarding this announcement shall be submitted in written format via e- mail to Mr. Duayne Martinez @ duayne.martinez.3.ctr@spaceforce.mil by 20 April 2026 at 1400 MDT (10 days before due date). Verbal questions will NOT be accepted.
      2. Emails with questions shall reference the RFI number and industry business name in the subject line.
      3. Questions will be answered by posting a collective follow-up response from the Government to this RFI in the same forum as the original posting; as such, questions shall NOT contain proprietary or classified information.
      4. The Government does not guarantee that questions received after 20 April 2026 at 1400 MDT (7 days before due date) will be answered.
    2. Submissions
      1. Responses to this RFI shall be submitted as instructed here and in paragraph 4.0 of this RFI.
      2. Submissions are due no later than 30 April 2026 at 1200 MDT.
      3. Email notifications of file transfer submissions shall reference the RFI number and industry business name in the subject line and may be sent to the POCs below.
      4. Acknowledgements for submissions will be provided by SSC/PK; however, if you have not received an acknowledgement for your submission within 24 hours (1 business day), please follow up with the POCs listed below via email and provide a screenshot or forward of the submission (or attempted submission if an error is generated).
        1. Mr. Duayne Martinez (SSC/PK) duayne.martinez.3.ctr@spaceforce.mil
        2. Ms. Victoria Lloyd (SSC/PK) victoria.lloyd@spaceforce.mil

7.0    Summary

THIS IS A REQUEST FOR INFORMATION (RFI) ONLY, to obtain information on industry best practices for contract management. The scope of this effort is intended to focus on the Performance Work Statement (PWS) included with this RFI. This PWS contains Controlled Unclassified Information (CUI). Potential offerors must request permission to receive CUI documents through this posting. The information provided in the RFI is subject to change and is not binding to the Government. The Government has not made a commitment to procure any of the items discussed, and release of this RFI shall not be construed as such a commitment or as authorization to incur cost for which reimbursement would be required or sought. All submissions become Government property and will not be returned.

Files

Files size/type shown when available.

No public attachments surfaced yet. Some owner portals gate files behind registration, and BidPulsar keeps enriching the package as new public links appear.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

FAQ

How do I use the Market Snapshot?

It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.

Is the data live?

The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.

What do P10 and P90 mean?

P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.