AFP FOR LEASE OF SUPPORTING CELLULAR SERVICES at NASA Marshall Space Flight Center
ID: AFP-MSFC-CELL-2025Type: Solicitation
Overview

Buyer

NATIONAL AERONAUTICS AND SPACE ADMINISTRATIONNATIONAL AERONAUTICS AND SPACE ADMINISTRATIONNASA MARSHALL SPACE FLIGHT CENTERHUNTSVILLE, AL, 35812, USA

NAICS

Real Estate and Rental and Leasing (53)

PSC

LEASE/RENTAL OF UNIMPROVED REAL PROPERTY (LAND) (X1PC)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    NASA's Marshall Space Flight Center (MSFC) is soliciting proposals for the lease of two parcels of land to support cellular services, with a focus on enhancing U.S. commercial competitiveness in space and information technology. Proposers can select between Site 1 and Site 2, both located within MSFC's boundaries, and must submit plans detailing their intended use, development concepts, financial viability, and relevant experience. The lease will be for an initial term of ten years, with options for two additional ten-year extensions, and proposals are due by January 20, 2026, at 5:00 PM ET. Interested parties should contact Cari Smith or John Green at hq-realestate@mail.nasa.gov for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    This Enhanced Use Lease outlines the terms between NASA and a tenant for a 0.7-acre parcel at the George C. Marshall Space Flight Center, supporting cellular services. The initial term is 10 years, with options for two 10-year extensions, subject to NASA approval and rent adjustments. The tenant is responsible for property maintenance, improvements, and adherence to strict environmental, safety, and cultural resource regulations, including managing hazardous waste, air emissions, and stormwater. All tenant activities must comply with federal, state, and local laws, and NASA retains approval rights over uses, improvements, and access. The lease emphasizes the tenant's independent environmental compliance and financial responsibility for all related costs, including any fines incurred due to their actions.
    This Reimbursable Space Act Umbrella Agreement between NASA George C. Marshall Space Flight Center and a Tenant outlines the terms for providing reimbursable support services, specifically for the lease of a parcel supporting cellular services. The agreement establishes a framework for future Annex Agreements, which will detail specific projects, responsibilities, schedules, and financial obligations. The Partner agrees to reimburse NASA in advance, with payment options including FEDWIRE, pay.gov, or check. Key provisions include NASA's priority of use for its resources, non-exclusivity of the agreement, and a mutual waiver of claims for liability, with specific exceptions. Intellectual property rights are defined, covering data rights, invention, and patent rights, with restrictions on the use and disclosure of proprietary data. The agreement also addresses the use of NASA's name and emblems, public information release, disclaimers of warranty and endorsement, compliance with various laws and regulations (including export control and Section 889 of the NDAA), and a five-year term from the effective date, subject to earlier termination by either party with 30 days' notice. It also details points of contact for both management and technical issues, dispute resolution procedures, and modification processes.
    This Annex between NASA's George C. Marshall Space Flight Center (MSFC) and an unnamed Partner outlines an agreement for the Partner to lease federal land on MSFC and Redstone Arsenal. The purpose is to provide commercial cellular communication services to MSFC and Redstone Arsenal through a long-term Enhanced Use Lease (EUL). NASA MSFC will provide support and demand services on a fully reimbursable basis as detailed in the EUL's Exhibit C. The Partner is responsible for cooperating with NASA in developing service requirements and costs, submitting work requests, and providing access for service performance. The estimated cost for the Partner to reimburse NASA is $0.00, with provisions for adjustments if costs exceed the estimate. The Annex is effective upon the last signature and remains in effect for five years or until all obligations are complete, whichever comes first, but not exceeding the Umbrella Agreement's term. Either party can terminate with a thirty-day written notice. The legal authority for this Annex is the Space Act, Other Transactions Authority (OTA), 51 U.S.C. § 20113(e).
    NASA's Marshall Space Flight Center (MSFC) issued AFP-MSFC-CELL-2025, soliciting proposals for the 10-year lease of two parcels (Site 1 and Site 2) to support cellular services. The objective is to lease underutilized land to commercial or federal entities that complement MSFC's mission and enhance U.S. commercial competitiveness in space, information technology, and aerospace. Proposals must include planned use, development concepts, financial viability, and relevant experience. Eligibility is restricted to U.S. Commercial Providers and U.S. Persons, excluding debarred entities or those associated with the Chinese government. The annual rent ranges from $9,040.20 to $15,067.00 per parcel, escalating 4.0% annually, with tenants responsible for utilities and site improvements. Proposals are due by January 20, 2026, 5:00 PM ET, submitted electronically, and will be evaluated based on proposed rent, financial capability, technical approach, and experience.
    The National Aeronautics and Space Administration (NASA) Marshall Space Flight Center (MSFC) is soliciting proposals for the lease of two parcels of land to support cellular services. This Announcement for Proposals (AFP-MSFC-CELL-2025) aims to lease underutilized land to commercial or federal entities that complement MSFC's mission and contribute to U.S. commercial competitiveness in space, information technology, and aerospace. The lease offers a 10-year base term with two 10-year options. Proposers must demonstrate financial capability, provide a technical approach for land development, and show experience in related fields. The annual rent for each parcel ranges from $9,040.20 to $15,067.00, escalating 4.0% annually. Proposals are due by October 13, 2025, and will be evaluated based on proposed rent, financial viability, technical approach, and experience.
    The Agency Announcement for Proposals (AFP) AFP-MSFC-CELL-2025 outlines the lease of supporting cellular services at Redstone Arsenal, focusing on a single awarded site. Key restrictions include height limits of 185 ft for Site 1 and 225 ft for Site 2, requiring coordination with Redstone Army Airfield and the FAA. While Redstone approval for operation is not needed, NASA's Spectrum Manager will oversee frequency use. Construction must commence within four months, with critical infrastructure avoiding the Base Flood Elevation in floodplains. Towers must be 75 feet from high-voltage lines. Lease terms offer tenant renewal options and specific termination rights for NASA. The 4% escalator on lease payments is firm, but existing infrastructure can facilitate fiber Ethernet backhaul. Obstruction lighting and markings will be determined in coordination with aviation authorities.
    Similar Opportunities
    AFP for Lease of Parcel 7 at NASA Marshall Space Flight Center
    National Aeronautics And Space Administration
    NASA's George C. Marshall Space Flight Center (MSFC) is soliciting proposals for the lease of Parcel 7, a 5.1-acre property located within Redstone Arsenal in Huntsville, Alabama. The objective is to lease this underutilized land to commercial or federal entities whose activities align with MSFC's mission and enhance U.S. competitiveness in the aerospace sector. The lease offers a 10-year base term with two additional 10-year options, and proposals must detail the intended use, development plans, financial viability, relevant experience, and anticipated economic impact on the local community. Proposals are due by January 5, 2026, with a Q&A period extending until December 12, 2025. Interested parties can contact Cari Smith or John Green at hq-realestate@mail.nasa.gov for further information.
    Lease of Office Space within Region 4. Request for Lease proposals (RLP) #25-REG00 - Office Space (10/5 term- all regions)
    General Services Administration
    The General Services Administration (GSA) is seeking competitive lease proposals for office space in Huntsville, Alabama, under Request for Lease Proposals (RLP) 25-REG00. The GSA requires between 2,000 and 2,200 ABOA square feet of office space for a lease term of 10 years, with a 5-year firm commitment, and is particularly interested in proposals that include rates for all terms available in the AAAP. This leasing opportunity is crucial for accommodating federal operations in the region, particularly in proximity to significant locations such as Redstone Arsenal, as indicated by the provided maps detailing the area. Interested parties should contact Patrizia Todesco-Cluett at Patrizia.Todesco-Cluett@gsa.gov or Ryan O'Hagan at Ryan.Ohagan@gsa.gov for further information, with proposals due by January 7, 2026.
    Cape Canaveral Space Force Station Request for Information for Space Launch Complex-46 Lease
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force and the United States Space Force, is seeking qualified Launch Service Providers (LSPs) to lease Space Launch Complex-46 (SLC-46) at Cape Canaveral Space Force Station, Florida. The objective of this Request for Information (RFI) is to identify LSPs capable of constructing necessary infrastructure and conducting launch activities for super-heavy class launch vehicles, thereby enhancing national security and promoting commercial space activities under the Military Leasing Act. The selected LSP will be expected to demonstrate capabilities in launching super-heavy vehicles, possess sufficient financial maturity, and contribute to increased launch diversity and economic benefits for the Department of War and the U.S. economy. Interested parties must submit their responses by January 6, 2026, to Mr. Andrew Kohn and Ms. Erin White via the provided email addresses.
    MSFC High Pressure Liquid Nitrogen Pump Replacement
    National Aeronautics And Space Administration
    NASA's Marshall Space Flight Center (MSFC) is seeking qualified firms to provide Design-Build services for the modernization of the High Pressure Liquid Nitrogen (LN2) Pump Facility (Facility 4659) located at Redstone Arsenal in Huntsville, Alabama. The project aims to replace outdated 1960s-era LN2 pumps, piping, valves, controls, and ancillary systems with a new automated system designed to enhance durability, reliability, and reduce operational costs while maintaining or improving current capacity. This initiative is critical for ensuring operational continuity and efficiency in NASA's facilities, with an estimated project budget between $6 million and $7 million. Interested firms must respond to the Request for Information (RFI) by January 8, 2026, and can contact Alicia Reynolds at alicia.r.reynolds@nasa.gov or Darlene Greene at darlene.greene@nasa.gov for further details.
    In Space Manufacturing-Advanced Space Technologies for Resilient Operations (ISM-ASTRO)
    National Aeronautics And Space Administration
    NASA's George C. Marshall Space Flight Center (MSFC) is issuing a Request for Information (RFI) regarding In-Space Manufacturing-Advanced Space Technologies for Resilient Operations (ISM-ASTRO) to gather industry feedback on advancing in-space manufacturing capabilities, particularly focusing on metallic manufacturing methods. The objective is to define the current state of in-space manufacturing, identify mission infusion points that align with commercial plans, and determine near-term actions to enhance these methods for sustained presence in Earth orbit, the Moon, Mars, and other celestial bodies. This initiative is crucial for NASA's strategic goals, as it aims to increase mission flexibility, reduce reliance on spare parts, and promote exploration and innovation in space technologies. Interested parties are encouraged to submit their responses by January 16, 2026, to Brent Evans at brent.l.evans@nasa.gov or Jennifer Jones at jennifer.m.jones@nasa.gov, with responses limited to eight pages.
    JOFOC for the Flight-Like Advanced Material Reactors
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is issuing a Justification for Other Than Full and Open Competition for the Flight-Like Advanced Material Reactors contract, identified as 80MSFC21CA010. This procurement aims to support advanced research and development in national defense and atomic energy, focusing on the creation of innovative material reactors that simulate flight conditions. The contract is critical for advancing NASA's capabilities in applied research within the aerospace sector. For further inquiries, interested parties can contact Laura Bullington at Laura.E.Bullington@nasa.gov or Cynthia Hubbard at cynthia.a.hubbard@nasa.gov.
    Vandenberg Space Force Base (VSFB) Request for Information (RFI) for Space Launch Complex-14 (SLC-14) Lease
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is issuing a Request for Information (RFI) for a real property use agreement (lease) at Space Launch Complex-14 (SLC-14) located at Vandenberg Space Force Base (VSFB) in California. This opportunity aims to engage U.S. commercial providers in developing heavy or super-heavy vertical space launch capabilities to support national security objectives and enhance the U.S. domestic space launch industry. The selected respondent will be responsible for financing, designing, constructing, operating, and maintaining the necessary infrastructure for space launch services, with the expectation of operational readiness within five years of the lease agreement. Interested parties must submit their proposals via DODSAFE by the deadline, which is 30 calendar days from the original publication date of the RFI, and can contact Khrystal Jure or Ms. Wendi Rupp for further information.
    National Center for Critical Information Processing and Storage (NCCIPS) V3
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is seeking information from potential sources for the National Center for Critical Information Processing and Storage (NCCIPS) V3 contract, which focuses on facility operations, maintenance, management, and data center power and network integration. This procurement aims to support the NCCIPS, a secure 200,000 sq. ft. federal shared services facility located at NASA Stennis Space Center in Mississippi, which is designed to handle sensitive and classified data for federal agencies. Interested vendors are encouraged to submit their capabilities and relevant experience by January 12, 2026, at 12:00 PM CST, with responses not exceeding 15 pages, along with a completed Capabilities Statement Worksheet. For further inquiries, potential bidders can contact Steven R. Wood or Erin Brayson via email or phone.
    Safety and Mission Assurance Services (SMAS)
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is seeking to modify the existing Safety and Mission Assurance Services (SMAS) contract (80MSFC18C0005) through a Justification for Other than Full and Open Competition. This modification aims to continue essential safety and mission assurance services critical to NASA's operations, ensuring compliance with safety standards and mission success. The services provided under this contract are vital for the overall safety and effectiveness of NASA's projects and missions. For further inquiries, interested parties can contact Belinda Triplett at belinda.f.triplett@nasa.gov or by phone at 256-544-3203.
    Justification for Full and Open Competition 2AL0276 Huntsville, AL
    General Services Administration
    The General Services Administration (GSA) is seeking to justify full and open competition for a contract related to the lease and rental of office buildings in Huntsville, Alabama. This procurement aims to secure suitable office space to meet the operational needs of the Public Buildings Service. The leased facilities will play a crucial role in supporting government functions and ensuring efficient service delivery. Interested parties can reach out to Veta Martin at veta.martin@gsa.gov or by phone at 404-368-5112 for further details regarding this opportunity.