HQ0202-26-S-0001
Golden Dome for America Commercial Solutions Opening
DEPT OF DEFENSE > IMMEDIATE OFFICE OF THE SECRETARY OF DEFENSE > DIRECTOR OF GOLDEN DOME
Quick analysis
Full and open CSO with OT authority through 30 Sep 2035 seeks innovative tech, deployment, and program support for defending the homeland against ballistic, hypersonic, and cruise missile threats.
Trace has strong adjacency via MDA SHIELD (prime; SE&I/C2/cyber/sustainment) and core C5ISR/JADC2/SE&I strengths that can support GDA architectures, integration, comms, and operations.
Access is straightforward (no set-aside, CSO/OT or FAR contract), but requirements are broad and competition likely heavy, favoring breakthrough prototypes and rapid POCs.
Security and potential classification apply; fixed-price milestone OT/Firm-Fixed-Price constructs are expected; white papers capped at 10 pages including price data.
Scope summary
- Submit white paper not to exceed 10 pages including price content (front page must include CSO number, company info, business size/socioeconomic status, CAGE, UEI, POCs, classification handling level, PoP, technical summary, deliverables, and price).
- If invited, submit proposal with Technical ≤20 pages and Price ≤10 pages, including basis of estimate.
- Compliance with security requirements for submissions and potential higher-security collaboration during prototypes.
- Potential award types: OT prototype agreements with fixed-price milestones, follow-on prototype/production OTs, or FAR-based firm-fixed-price contracts, at Government discretion.
- Evaluation on Technical and Price with emphasis on rapid testing/POC and quick mission impact given constrained budgets.
- Conflict of Interest: Entities providing SETA/similar support to GDA cannot be technical performers without prior written approval.
- All submissions/questions via osd.pentagon.ousd-r-e.mbx.gda-contracting@mail.mil.
- Open period through 30 September 2035; multiple awards possible; Government may award all/part/none of proposed content.
Dimension scores
The CSO seeks innovative solutions for missile/hypersonic/cruise defense and related deployment/program support (evidence: CSO overview and opportunity description). Trace’s core capabilities in C5ISR/JADC2, SE&I/T&E, SATCOM/multi-orbit transport, cyber/OCC, and integration align to command-and-control, communications, coalition/edge integration, and program support aspects (company_profile). This matches the ‘strong core capability’ tier.
Trace is prime on MDA SHIELD (SE&I, C2, cyber, sustainment) in the missile defense mission area (company_profile), which is closely aligned to GDA’s homeland defense focus. While not the same sponsoring office, it is the same mission area with relevant scope, fitting the 10–15 bracket.
Eligibility is full and open with awards via OT or FAR contracts at the Government’s discretion (evidence: Eligibility and Authority). No restricted vehicle is required, but it is not on a Trace-held prime vehicle. Per guidance, full/open opportunities score mid-range.
The CSO favors breakthrough and rapid POC solutions and anticipates multiple awards (evidence: Evaluation and Award parameters). Field likely competitive across primes and nontraditionals. Trace has meaningful advantages (MDA SHIELD prime in same mission area; NSA Trusted Integrator; SE&I/E&I facility; OCC), but no unique mandatory discriminator is stated. This supports a mid-to-upper competitive position score.
Scope is broad and topic-agnostic; classification and security requirements apply; fixed-price milestone OTs raise execution and cost risks; new sponsoring office relationship; potential COI if any SETA-like work exists (evidence: security, COI, award parameters). Conversely, the long open period and prototype focus moderate schedule risk. Overall, moderate risk.
This CSO offers entry to a new OSD-level initiative and potential follow-on prototype/production (evidence: follow-on provisions). It complements Trace’s missile defense and CJADC2/C2ISR lanes and could shape homeland defense architectures, adding meaningful strategic positioning and revenue potential.
No set-aside; full and open (evidence: Eligibility). Trace is full & open eligible and holds 541990 among registered NAICS (company_profile). Security requirements apply; Trace has an assumed TS/SCI FCL to verify internally. Overall, requirements appear addressable without disqualifiers.
Concerns
- Broad, topic-agnostic CSO increases bid shaping ambiguity and dilutes focus; potential for small, incremental awards.
- Emphasis on breakthrough/rapid POC may favor nontraditional innovators and OEMs over integrators for some topics.
- Security/classification requirements may drive staffing and facility demands; exact levels not stated in CSO.
- Fixed-price milestone OT or firm-fixed-price constructs shift performance and cost risk to the contractor during rapid prototyping.
- Potential COI if Trace provides any SETA-like support to GDA or adjacent offices (must confirm internally).
- New sponsoring office; customer intimacy unknown; competition likely to include large primes and cutting-edge startups.
Teaming opportunities
- Advanced missile-defense sensing/tracking analytics (hypersonic trajectory modeling, sensor fusion/algorithm providers).
- Radar/sensor OEM partnerships and test range/flight test access to enable rapid POCs and demos.
- Counter-hypersonic kill web contributors (track/target-quality data producers) to complement Trace C2/comm/integration roles.
- Manufacturing/prototyping partners for hardware-heavy demos if required by a selected topic.
- Specialized cleared labs or integration facilities for classified prototype work, as required by specific calls.
Competitive position
- Leverage MDA SHIELD prime experience for SE&I, C2, cyber, and sustainment in missile defense to de-risk rapid prototyping and integration.
- Apply CJADC2/C2ISR integration expertise to build resilient kill-web C2, integrating multi-orbit SATCOM and edge compute for time-sensitive engagements.
- Use NSA Trusted Integrator credentials and E&I Facility to accelerate secure multi-domain integration, testing, and deployment.
- Provide resilient multi-orbit SATCOM/LEO options (Trace as DoD-approved Starshield reseller) to harden sensing-to-shooter connectivity.
- Stand up 24/7 OCC-managed operations for prototype pilots to demonstrate immediate operational impact and scalability.
Bid/No bid factors
- Inconsistency between metadata (OSD) and document header referencing Office of the Secretary of War; confirm sponsoring office and governance before bid.
- COI restriction for any SETA-like support to GDA could bar participation without prior approval; requires internal check.
- Security level and classification specifics are not stated; clearance level and facility readiness must be validated against call-specific needs.
Documents
Download all
GDA CSO HQ0202-26-S-0001.pdf
Download
Commercial Solutions Opening (CSO) from Golden Dome for America (GDA) seeking innovative commercial items, technologies, and services to rapidly develop and field defenses (ballistic, hypersonic, cruise missile and aerial threats). The CSO authorizes awards via Other Transaction (OT) prototype agreements or FAR contracts, is full and open, remains available through 30 Sep 2035, and accepts white papers (<=10 pages) and proposals per stated format and evaluation criteria (Technical and Price).
- Sponsor: Office of the Secretary of War, Golden Dome for America (GDA).
- Authority: DFARS 212.70 (CSO); Other Transaction Authority (10 USC 4022); acquisition under 10 USC 3458 allowed.
- Period of Availability: From posting through 30 September 2035.
- Eligibility: Full and open; all sources encouraged to respond (no set-aside).
- Award types: OT prototype agreements, follow-on prototype/production OT agreements, or FAR-based contracts at government's discretion.
- Award parameters: Multiple awards anticipated; government may fund incrementally; may award all/part/none of submissions; most efforts will be fixed-price milestone OTs or firm fixed-price FAR contracts.
- Evaluation: White papers/proposals evaluated on Technical and Price; technical favors breakthrough/urgent solutions and quick testing/proof-of-concept approaches.
- White paper rules: NOT TO EXCEED 10 PAGES (including price); required front-page data: CSO number, company info, business size/socioeconomic category, CAGE, UEID, POCs, classified handling level, period of performance, technical summary, deliverables, and price.
- Proposal rules: Technical volume <=20 pages, Price volume <=10 pages; same minimum content requirements as white papers plus basis of estimate.
- Format/security: Submissions must meet security requirements; proprietary marking instructions provided; CSO may enable higher security-level collaboration for prototype work.
- Conflict of interest: Entities providing SETA or similar support to GDA cannot simultaneously be technical performers under this CSO without prior written approval.
- Review procedures: Government may use automated tools/AI to assist review but human evaluators make final awards; may request clarifications, oral presentations, or additional info.
- POC: All questions/submissions via osd.pentagon.ousd-r-e.mbx.gda-contracting@mail.mil.
- Emphasis: Government places higher value on solutions enabling rapid testing/POC and quick mission impact given constrained budget.
Technical details
Entry: sync
Review status: Up to date
Logical upstream opportunity: 11443
Notice lineage:
- c5343568646d4e748946ed7b77a00d1e (posted 2026-04-02) - current
Last synced: 2026-04-03T14:11:28.677611+00:00
Last analyzed: 2026-04-03T14:16:16.774043+00:00
Latest package fingerprint: 9f428130b98c3b0e79d51bbee2ad6dadb6f6e5d9b9dc6b930b843fb8acc4ffa4
Latest package notice: c5343568646d4e748946ed7b77a00d1e
Latest package documents: 1
Recent package history- 2026-04-03T14:11:28.681091+00:00: c5343568646d4e748946ed7b77a00d1e with 1 docs