Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 13, 2026 SAM #8845
SOURCES SOUGHT

99 -- Physical and Virtual Range Capabilities, Sole Source to Intuitive Research and Technology Corporation

Notice Date
2/11/2026 8:04:12 AM
 
Notice Type
Sources Sought
 
NAICS
541715 — Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
 
Contracting Office
DLA AVIATION AT HUNTSVILLE, AL REDSTONE ARSENAL AL 35898-7340 USA
 
ZIP Code
35898-7340
 
Solicitation Number
SPRRA226R0049
 
Response Due
2/13/2026 2:00:00 PM
 
Archive Date
02/28/2026
 
Point of Contact
Anna Phillips
 
E-Mail Address
anna.phillips@dla.mil
(anna.phillips@dla.mil)
 
Description
THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. REQUEST FOR A SOLICITATION WILL NOT RECEIVE A RESPONSE. This Sources Sought Synopsis (SSS) is in support of Market Research being conducted by the Defense Logistics Agency to identify potential manufacturing/supply sources, and if future efforts can be competitive or Set Aside for Small Business. This SSS is to notify companies that the Defense Logistics Agency, Redstone Arsenal, Alabama, is seeking qualified sources for the scope that is listed below. This will be for a new 5-Year indefinite delivery indefinite quantity (IDIQ) type contract. This new IDIQ is in support of Space Systems Command (SSC) Program Executive Officer (PEO) for Operational Test and Training Infrastructure (OTTI) and System Delta 81 (SYD 81). SCOPE: Contractor will integrate physical and virtual range capabilities, approved by the SYD 81 Government team, into enterprise SYD 81 space and applicable Joint solutions. The Contractor shall apply deep subject-matter expertise, systems engineering discipline, and integrated project management to design, develop, and deliver operationally relevant space solutions that meet SYD 81 mission objectives. Project selections will be determined jointly by SYD 81 Government leadership and the Contractor Program Manager. The contractor will produce and deliver enterprise architecture products at various classification levels. Examples of potential range and test facilities that could be involved in modeling, test, and/or training integrations include: 1.1. National Space Test and Training Complex ranges (e.g. Colorado and New Mexico) 1.2. Eglin Gulf Test and Training Range, Florida (referred to as the ""Eglin Test Range"") 1.2.1. Avon Park Air Force Range (APAFR) 1.2.2. Duke Field (Eglin Auxiliary Field #3) 1.2.3. Wagner Range (on Santa Rosa Island) 1.3. Nellis Air Force Base (Nevada) 1.4. White Sands Missile Range (New Mexico) 1.5. National Cyber Range Complex (NCR) (Various Locations) 1.6. Operations areas within various Areas of Responsibilities (AORs) for various combatant commands where exercises are conducted. It is contemplated that this award will be made to Intuitive Research and Technology Corporation (IRTC), CAGE Code: 1MQC1, utilizing Other than Full and Open Competition in accordance with FAR 6.302-1(a)(1), having only one responsible source. As a result, this acquisition is currently being procured under Federal Acquisition Regulation (FAR) 6.302-1(a)(1) having only a limited number of responsible sources. The Government is interested in all businesses to include 8(a), small business and small disadvantaged business, Service-Disabled Veteran-Owned, Hubzone, and Women-Owned small business concerns. All contractors must meet prequalification requirements in order to be registered as a potential source. Firms that possess the ability and can produce the required item(s) described above are encouraged to identify themselves. Contractors are encouraged to seek source approval in order to compete for future solicitations by emailing inquiries to the POCs listed with this announcement. The contractor shall be capable of successfully performing and complying with any and all special requirements in accordance with the terms and conditions set forth in the solicitation annotated above, at the unit prices established at time of a contract award. The contractor will be responsible for recurring and nonrecurring engineering services associated with becoming a qualified source. The contractor will also be responsible for all aspects of the manufacturing/production process, including but not limited to: supply chain management, logistics, forecasting of parts, long-lead parts procurement, material forecasting, obsolescence issues and final delivery of assets as well as any and all additional costs incurred resulting from contract performance. DISCLAIMER: THIS SSS IS ISSUED SOLELY FOR INFORMATIONAL AND PLANNING PURPOSES. IT DOES NOT CONSTITUTE A SOLICITATION (REQUEST FOR PROPOSAL OR REQUEST FOR QUOTATION) OR A PROMISE TO ISSUE A SOLICITATION IN THE FUTURE AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/c3fdc54dc2d24b78aa15c5575c30d8f1/view)
 
Place of Performance
Address: Huntsville, AL, USA
Country: USA
 
Record
SN07713650-F 20260213/260211230043 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2026, Loren Data Corp.