SOURCES SOUGHT
99 -- Unified Messaging Services (UMS)
- Notice Date
- 2/6/2026 1:12:21 PM
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- FA8820 SUSTAINMENT SDACP SSC/PKL PETERSON SFB CO 80914 USA
- ZIP Code
- 80914
- Solicitation Number
- SSC_BMC2I_SpOC_MD2_2STS_UMS
- Response Due
- 3/6/2026 10:59:00 PM
- Archive Date
- 03/21/2026
- Point of Contact
- Bradley Kettlewell, Victoria Lloyd
- E-Mail Address
-
bradley.kettlewell.1@spaceforce.mil, victoria.lloyd@spaceforce.mil
(bradley.kettlewell.1@spaceforce.mil, victoria.lloyd@spaceforce.mil)
- Small Business Set-Aside
- NONE No Set aside used
- Description
- The Government is seeking industry recommendations for input on how to develop and implement scalable and extensible Unified Messaging Service to provide translation, data normalization, data fusion, and data transmission for Mission Delta 2 (MD 2) and 2nd Sustainment Squadron (2 STS) Space Domain Awareness mission systems. I. PURPOSE/DESCRIPTION 1. THIS IS A SOURCES SOUGHT ANNOUNCEMENT ONLY. This notice does not constitute a commitment by the Government. All information submitted in response to this announcement is voluntary, and the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government. The Government is under no obligation to acknowledge receipt of submissions or of the information received, or to provide feedback to respondents with respect to any information submitted under this announcement. This Sources Sought seeks information on potential prime contractors to provide contract structure inputs, design recommendations, implementation strategy, and cyber security plans for developing and implementing a Unified Messaging Service to provide translation, data normalization, data fusion, and data transmission for Mission Delta 2 (MD 2) and 2nd Sustainment Squadron (2 STS) Space Domain Awareness mission systems. Efforts will follow an agile approach to support the rapid and continuous release of software capabilities to the user. This Sources Sought Announcement is issued solely for informational and planning purposes only and is not a solicitation. 2. Information Requested: Interested parties are requested to provide information addressing the following: i. Detail your architectural approach for building a high-throughput, low-latency messaging system capable of supporting steady state and high demand data throughput scenarios. This architecture design must be deployable in multiple locations to include on premise hardware, cloud domains (Azure, Google, AWS, Oracle), and multiple classification levels (U, S, TS, etc.). ii. What is your experience and methodology for integrating systems that use a wide variety of data formats (e.g., binary, XML, JSON) and communication protocols (e.g., TCP/IP, REST, Kafka, SFTP)? a. Detail how your architecture would support multiple interface types and data formats for data sharing, analysis, receipt, and transmission. iii. Explain your strategy for implementing a secure and scalable machine-to-machine (M2M) framework capable of connecting thousands of endpoints. How do you manage system identity, authentication, and health monitoring of those end points and notification? iv. How does your proposed solution ensure reliable and timely message delivery in a contested, Disconnected, Intermittent, and Limited (DIL) bandwidth environment? Describe your approach to store-and-forward, data prioritization, ensured delivery, and connection management. v. Explain how your architecture supports shortening the timeline between sensor-to-shooter kill chain. vi. How will your design remain flexible to accommodate the integration of new sensor types, data formats, and processing requirements over the system's lifecycle without requiring significant redesign or software recompilation? vii. How would you approach the design of a user interface that effectively serves multiple distinct user communities (e.g., operators, testers, administrators) and provides intuitive workflows for message creation, message approval, system configuration, and data analysis to include data query and retransmit functionality? viii. Describe your approach to implementing a comprehensive security framework, including multi-level role-based access control (RBAC), foreign disclosure/releasability controls, and the creation of a secure, immutable audit trail for all system and user actions. ix. Describe how your architecture integrates into or meets the zero-trust framework. x. Is this UMS product a candidate for implementation with Artificial Intelligence and/or Machine Learning models and if so, how would you utilize them in this architecture? xi. Briefly describe with key milestone events and your timeline approach for this effort from contract award to operational acceptance. xii. What is the anticipated full-time staff that would be required to complete this effort (Engineer, Program Management, etc.). xiii. Describe your company's experience in delivering large-scale, real-time data processing and messaging systems for the Department of Defense/War or Intelligence Community. Please provide specific examples of projects related to Command and Control (C2), sensor fusion, or Space Domain Awareness (SDA). xiv. Describe your company�s experience in developing for, integrating with, and providing test support to Missile Warning (MW) / Missile Defense (MD) and Integrated Tactical Warning and Attack Assessment (ITWAA) systems. [EN1] [EN2] xv. Briefly describe your company's software development and project management methodology. How do you ensure transparency, manage evolving requirements, and deliver mission-critical capabilities on schedule? xvi. Does your company recommend a specific contract type for this development effort? If so, please state preferred contract types and reasoning. xvii. Is there anything else you feel needs to be taken into account for this effort that hasn�t been asked? xviii. Please provide a list of expected Government Furnished Equipment, Documentation, or Support that would be required for you to deliver on your proposed architecture and timeline. II. SMALL BUSINESS CONSIDERATION Please include in your response what North American Industry Classification System (NAICS) codes you think should be applicable for this effort. Any business, regardless of size, in this area of expertise is encouraged to provide a response to this sources sought. Responses from small and small disadvantaged businesses are highly encouraged and the Government encourages teaming/partnering. This requirement involves data that is subject to export control requirements under the Arms Export Control Act (Department of State) or the Export Administration Regulations (Department of Commerce). Interested parties desiring to do business with the Space Force shall be registered in the DoD Central Contractor Registry with a CAGE code. III. SUBMISSION INSTRUCTIONS Responses to this sources-sought, not to exceed 8 pages (one-inch margins, 12-point Times New Roman font), must be electronically received no later than 6 March 2026. [EN3] Submittals that contain sensitive, or proprietary materials must be coordinated with the Government specified points of contact and labeled appropriately. Space Systems Command (SSC) support contractors are supporting the Government in this effort. As such, information submitted in response to this sources-sought 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.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/52c58861935349bab78fc3db376530f4/view)
- Place of Performance
- Address: CO 80914, USA
- Zip Code: 80914
- Country: USA
- Zip Code: 80914
- Record
- SN07708836-F 20260208/260206230050 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |