Sources Sought: For Ionospheric Ground Sensors (IGS) Sustaining and Engineering Support Request for Information (RFI)
ID: FA8815-26-R-0001Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8815 SUSTAINMENT SN SSC/PKLPETERSON SFB, CO, 80914, USA

NAICS

Engineering Services (541330)

PSC

SUPPORT- PROFESSIONAL: ENGINEERING/TECHNICAL (R425)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is seeking information from commercial entities capable of providing sustaining and engineering support for the Ionospheric Ground Sensors (IGS) program. This procurement aims to identify companies that can deliver maintenance, specialized engineering support, installation, and sustainment for the Next Generation Ionosonde (NEXION) and Ionospheric Scintillation Total Electron Content (TEC) Observer (ISTO) systems, which are critical for characterizing the space weather environment and supporting various defense operations. The selected contractors will be responsible for tasks such as site surveys, spectrum analysis, cybersecurity compliance, and system troubleshooting, with a focus on ensuring the operational readiness of IGS installations globally. Interested parties are encouraged to respond by January 12, 2026, and should direct inquiries to Chaz Wisuri at chaz.wisuri@spaceforce.mil or Ryan Hart at ryan.hart.23@spaceforce.mil.

    Files
    Title
    Posted
    The document outlines the mission, purpose, and technical specifications of the Next Generation Ionosonde (NEXION) and Ionospheric Scintillation Total Electron Content (TEC) Observer (ISTO) as part of the Ionospheric Ground Sensors (IGS) program. IGS installs and maintains these sensors globally to characterize the space weather environment, providing data to the Space Weather Analysis and Forecast System (SWAFS)/Space Domain Awareness (SDA) Environmental Toolkit – 4 Defense (SET-4D) for modeling and forecasting ionospheric conditions. This data mitigates impacts on HF/UHF communications, radar, collection activities, and GPS services. NEXION is an unclassified, COTS unmanned vertical incidence radar that collects bottom-side ionospheric measurements, sweeping through high-frequency radio bands to produce electron density profiles. It provides global coverage from 60-1500km with specific data latency thresholds. ISTO is an unclassified, unmanned, remotely operated receive-only sensor, utilizing COTS hardware and GOTS software to measure ionospheric scintillation (S4 parameter) and TEC using GPS and UHF receivers. It is a configuration-controlled version of AFRL's SCINDA system. The document details system parameters, operations, data flow, and hardware for both NEXION and ISTO, including physical footprints and power requirements for ISTO.
    The United States Space Force's Space Systems Command (SSC) has issued a Sources Sought/Request for Information (RFI) for Ionospheric Ground Sensors (IGS) Sustaining and Engineering Support. The RFI seeks to identify commercial companies capable of providing maintenance, specialized engineering support, installation, and sustainment for IGS, which includes Next Generation Ionosonde (NEXION) and Ionospheric Scintillation Total Electron Content (TEC) Observer (ISTO) systems globally. Key tasks involve site surveys, spectrum analysis, installation, cybersecurity compliance, periodic and unscheduled maintenance, troubleshooting, and system hardware/software engineering. The government is particularly interested in capabilities to sustain, install, field, and test NEXION and ISTO sites, as well as experience with similar space weather systems. Responses are encouraged from all businesses, especially small and small disadvantaged businesses, and must be submitted by January 12, 2026, to Mr. Chaz Wisuri.
    Similar Opportunities
    REQUEST FOR INFORMATION: AFLCMC/WING IMAGING AND TARGETING SUPPORT FISCAL YEAR 2027
    Dept Of Defense
    The Department of Defense, through the Air Force Life Cycle Management Center (AFLCMC/WIN), is conducting a Request for Information (RFI) to gather insights on next-generation airborne Geospatial Intelligence (GEOINT) capabilities for its Wing Imaging and Targeting Support (I&TS) program for Fiscal Year 2027. The RFI aims to identify promising technologies and projects that can enhance the Air Force's GEOINT sensors and sensemaking capabilities, focusing on three specific mission areas outlined in the 2024 US Air Force Chief of Staff One Force Design document. Interested parties are invited to submit white papers and tri-charts, particularly in the realm of quantum sensing technologies, with projects expected to have a budget of less than $2.5 million annually and a Technology Readiness Level (TRL) of 4-6, aiming for TRL 6 or higher. Submissions are due by January 19, 2026, at 1600 EST, and a virtual Industry Day will be held on December 15, 2025; for inquiries, contact the Program Manager at AFLCMC.WING.ITS@us.af.mil.
    Request for Information (RFI) Space Domain Awareness (SDA) Geosynchronous Wide Field of View (WFOV) Electro-Optical (EO) Sensor
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking information through a Request for Information (RFI) regarding the development of a Geosynchronous Wide Field of View (WFOV) Electro-Optical (EO) Sensor. The primary objective is to identify industry capabilities for sensors that can detect resident space objects at visual magnitudes of 14.5 and above, with a particular interest in those capable of detecting objects at 16+ visual magnitude, while performing wide-area volume searches efficiently. This initiative is crucial for enhancing the United States' space domain awareness capabilities, particularly in the Geosynchronous Equatorial Orbit (GEO) region, as it aims to support a future constellation of space vehicles equipped with EO payloads. Interested parties are encouraged to submit their responses, which should include technical and programmatic information, by January 9, 2025, to the primary contact, Tobias Richards, at tobias.richards.1@spaceforce.mil, or by phone at 310-653-9416.
    Integrated Geospatial Intelligence Enterprise Architecture (IGEA)
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Intelligence and Security Command (INSCOM), is seeking industry feedback through a Request for Information (RFI) regarding the Integrated Geospatial Intelligence Enterprise Architecture (IGEA) project. The procurement aims to secure professional Information Technology support services, including hardware, software, network connectivity, and end-user support for sensitive intelligence functions, with a focus on compliance and security requirements. This initiative is critical for maintaining operational efficiency and security in geospatial intelligence operations. Interested parties are encouraged to submit a capabilities statement and responses to specific questions by 8:00 AM EST on February 9, 2026, to Christina Cano-Dickey at christina.l.cano-dickey.civ@army.mil.
    System Engineering Services
    Dept Of Defense
    The Department of the Air Force is seeking responses from qualified businesses for a potential firm-fixed-price contract to provide System Engineering Support for the Air Force Global Strike Command, as outlined in Sources Sought Notice FA6800-26-RFI0001. The requirements include expertise in ICBM weapon systems, helicopter operations, and nuclear security forces, encompassing planning, analyses, problem resolution, and testing, with a contract period starting March 28, 2026, and lasting for 12 months with four optional 12-month extensions. Interested parties must submit their responses, including company details and qualifications, by January 9, 2026, to 1st Lt Krystal Ruiz-Velez at krystal.ruiz-velez@us.af.mil, as this notice is for informational purposes only and does not constitute a solicitation for bids.
    RQ-4B (Global Hawk) Sustainment Repair Support
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is conducting market research to identify potential sources for sustainment repair support of the RQ-4B Global Hawk System. The primary objective is to find contractors capable of repairing various National Stock Numbers (NSNs) associated with the system, ensuring that assets are returned in serviceable condition while adhering to strict delivery schedules, including surge backorders and Mission Capable Awaiting Parts (MICAP) requests. This opportunity is critical for maintaining the operational readiness of the Global Hawk, which plays a vital role in intelligence, surveillance, and reconnaissance missions. Interested parties are encouraged to respond to the Request for Information (RFI) by January 20, 2026, and should direct inquiries to Kimberly Berdon at kimberly.berdon@us.af.mil or Ileana Cruz at ileana.cruz-mujica@us.af.mil.
    Request for Information AFLCMC/WIN manages the USAF Imaging & Targeting Support (I&TS) portfolio supporting the Geospatial Intelligence (GEOINT) Capabilities Working Group (GCWG). The GCWG manages and plans AF airborne GEOINT Capabilities RDT&E investments
    Dept Of Defense
    The Department of the Air Force, through the Air Force Life Cycle Management Center (AFLCMC/WIN), is conducting a Request for Information (RFI) to identify promising technologies for the Imaging & Targeting Support (I&TS) portfolio, which supports the Geospatial Intelligence (GEOINT) Capabilities Working Group (GCWG). The objective is to solicit innovative projects that enhance Air Force airborne GEOINT capabilities, focusing on technologies with an initial Technology Readiness Level (TRL) of 4-6 and aiming to achieve TRL 6 or higher, with funding requirements capped at $2.5 million per year for projects lasting one to two years. This initiative is crucial for developing next-generation sensor and processing capabilities that adapt to evolving mission sets and threats, aligning with the Air Force's strategic goals outlined in the Chief of Staff's One Force Design document. Interested parties should submit white papers and tri-charts by 1600 EST on January 19, 2026, and can contact the primary representative, WING PM, at AFLCMC.WING.ITS@us.af.mil for further information.
    INTELLIGENCE, SURVEILLANCE, ANDRECONNAISSANCE (ISR) SYSTEMS AND INFORMATION OPERATIONS (IO) FROM SEABED TO SPACE (S2ISR)
    Dept Of Defense
    The Department of Defense, through the Naval Information Warfare Center (NIWC) Pacific, is preparing to issue a Request for Proposal (RFP) for Intelligence, Surveillance, and Reconnaissance (ISR) Systems and Information Operations (IO) from Seabed to Space (S2ISR). This procurement aims to develop and field advanced ISR systems that enhance communication, surveillance, and security capabilities while addressing evolving threats, including support for unmanned systems related to chemical, nuclear, biological, and radiological elements. The anticipated contract will involve multiple indefinite-delivery, indefinite quantity (IDIQ) contracts with a seven-year ordering period, and the final RFP is expected to be released no earlier than November 21, 2025. Interested parties can reach out to Carl Odom at carl.n.odom.civ@us.navy.mil or by phone at 619-553-4454 for further information.
    REQUEST FOR INFORMATION (RFI) AN/ALR-69A Radar Warning Receiver (RWR) Countermeasure Signal Processor (CSP) Radar Receiver (RR) Engineering Services
    Dept Of Defense
    The Department of Defense, specifically the U.S. Air Force, is seeking qualified contractors to provide engineering services for the AN/ALR-69A Radar Warning Receiver (RWR) system, which includes the Countermeasure Signal Processor (CSP) and Radar Receivers (RRs). The procurement aims to enhance the capabilities of the RWR, which is vital for aircraft survivability in complex threat environments, by offering support in areas such as software maintenance, operational flight program support, and hardware conditioning. This five-year contract, currently sole-sourced to Raytheon Company, encourages responses from both large and small businesses, particularly those with experience in classified material handling and technical data generation. Interested parties must submit their capabilities and business information by January 17, 2026, to the primary contact, Desura Gates, at desura.gates.1@us.af.mil, or the secondary contact, Porscha Hicks, at porscha.hicks@us.af.mil.
    Implementation of Advanced Government Simulation Capabilities (IAGSC)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking industry participation for the Implementation of Advanced Government Simulation Capabilities (IAGSC) through a Sources Sought notice. This initiative aims to acquire non-personal services for software development, modeling and simulation integration, advanced research and development, cybersecurity measures, and lifecycle software testing, all critical for enhancing the capabilities of various DoD systems. The anticipated contract will be a Multiple Award Indefinite Delivery, Indefinite Quantity (IDIQ) with a ceiling of approximately $750 million, and it is expected to span a five-year ordering period with an additional five-year option. Interested parties must submit their responses, including a capabilities white paper and feedback on the draft Performance Work Statement, by March 28, 2025, and are encouraged to participate in an Industry Day scheduled for April 15, 2025, at Wright-Patterson Air Force Base, Ohio. For further inquiries, contact Carmen Mertz at carmen.mertz@us.af.mil or Austin Hurst at austin.hurst.2@us.af.mil.
    Intelligence, Surveillance and Reconnaissance (ISR) Systems and Information Operations (IO) from Seabed to Space (S2ISR)
    Dept Of Defense
    The Department of Defense, through the Naval Information Warfare Center (NIWC) Pacific, is issuing a Request for Proposal (RFP) for the development of Intelligence, Surveillance and Reconnaissance (ISR) Systems and Information Operations (IO) from Seabed to Space (S2ISR). The procurement aims to enhance the Navy's capabilities in developing and fielding ISR systems that ensure robust communication, surveillance, and security while addressing evolving technological threats. This initiative encompasses a wide range of services, including algorithm development, hardware and software development, systems engineering, and cybersecurity operations, with activities potentially conducted globally and onboard U.S. Coast Guard vessels. Interested firms should note that the solicitation will be available electronically via the PIEE solicitation module, and for inquiries, they can contact Carl Odom at carl.n.odom.civ@us.navy.mil or call 619-553-4454. The contract is expected to be awarded as multiple indefinite-delivery, indefinite quantity (IDIQ) contracts over a seven-year ordering period.