Maneuverable Geosynchronous Orbit (MGEO) Commercial Satellite-Based Services Request for Information (RFI) /Sources Sought
ID: FA2541-25-015Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA2541 SSC COMRCL SVS OFC SSC CMKCHANTILLY, VA, 20151, USA

NAICS

Satellite Telecommunications (517410)

PSC

IT and Telecom - Network: Satellite Communications and Telecom Access Services (DG11)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is seeking industry feedback through a Request for Information (RFI) regarding the Maneuverable Geosynchronous Orbit (MGEO) Commercial Satellite-Based Services initiative. The objective is to establish a contract vehicle that provides the U.S. military and its partners with access to resilient worldwide commercial satellite communication services utilizing maneuverable small and medium satellites in geosynchronous orbit. This initiative is crucial for enhancing the resilience and flexibility of satellite communications, particularly in the context of evolving operational needs. Interested parties are encouraged to submit their responses by October 17, 2025, and can direct inquiries to John Seacrist at john.seacrist@spaceforce.mil or Venita Allen at venita.allen@spaceforce.mil for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    This government file outlines the evaluation criteria for a solicitation focused on spacecraft operations and management, divided into three subfactors. Subfactor 1, Corporate Experience, requires offerors to demonstrate relevant experience in managing spacecraft operations, including GEO fleet support, anomaly response, and escalation structures, with projects evaluated for recency, size, scope, and complexity within a 2-page limit. Subfactor 2, Launch Services and ITU Coordination, assesses the offeror's approach to launching government spacecraft, raising them to GEO orbit, positioning, and managing orbital slot coordination with ITU filings and international operators. Subfactor 3, Technical Scenario, requires a detailed plan for relocating a satellite from the Atlantic to the Pacific, focusing on maneuvering capabilities, fuel usage, and risk mitigation, limited to five pages. All subfactors are rated on an Acceptable/Unacceptable basis, with specific minimum requirements for an acceptable rating, emphasizing technical detail, feasibility, and adherence to PWS tasks.
    This government file outlines the evaluation criteria for a solicitation focused on spacecraft control, maneuver planning, and satellite communication services. It details three subfactors: Corporate Experience, Operational Packaged MGEO End-User Service, and Commercial Gateway Services and Leased Terrestrial Backhaul. For Corporate Experience, offerors must demonstrate relevant project experience in spacecraft management, including payload operations and mission assurance, within the last three years, with specific requirements for recency, size, scope, and complexity. The second subfactor requires a comprehensive approach to managing global operational satellite communications via GEO commercial satellites, including the ability to manage services on maneuvering satellites and reserve capacity. The third subfactor focuses on providing internet access through commercial gateways and leased terrestrial backhaul, requiring a demonstrated operational availability of 99.95% or better for both. All subfactors are evaluated using a Technical Acceptable/Unacceptable rating method, with clear minimum requirements that must be met to receive an "Acceptable" rating.
    This government RFP outlines the evaluation criteria for proposals related to spacecraft development, launch, and orbital management. It emphasizes four key subfactors: Technical/Management Approach for Launch Services and ITU Coordination (Subfactor 1), Manufacturing Maneuverable Spacecraft (Subfactor 2), Corporate Experience (Subfactor 3), and a Technical Scenario for MGEO Infrastructure Equipment (Subfactor 4). Proposals will be rated Acceptable or Unacceptable based on their ability to meet minimum requirements for each subfactor. Subfactor 1 requires a plan for launching government spacecraft, raising them to GEO orbit, and managing ITU coordination. Subfactor 2 focuses on spacecraft design, manufacturing, payload integration, and support for various frequency bands. Subfactor 3 mandates one relevant corporate experience project demonstrating capabilities in GEO satellite development, launch, and control, with specific criteria for recency, size, scope, and complexity. Subfactor 4 requires a detailed response to a technical scenario involving designing and building GEO spacecraft for large-angle orbital relocations, including design approach, quality assurance, mission assurance, and risk management. Each subfactor details the specific evaluation considerations to ensure a comprehensive assessment of the offeror's capabilities.
    The MGEO COMSATCOM Contract Vehicle Performance Work Statement outlines the U.S. military's need for resilient commercial satellite communication services in geosynchronous orbit. The contract aims to provide worldwide COMSATCOM services through maneuverable small to medium satellites, ensuring unconventional resilience. It covers various services, including satellite communication, remote sensing, enhanced communication capabilities, and data products, utilizing flexible business models. The scope is limited by orbital domain and maneuverability for resilience. The PWS details nine tasks: Operational Packaged and Customer Specific MGEO End-User Services, Pre-Operational Services, MGEO Equipment, Infrastructure Packaged and Customer Specific Operations Services, Infrastructure Equipment, Reporting, and Service Management. It also includes an Initial Task Order for specific deliverables and comprehensive security requirements for personnel and information, emphasizing compliance with government and industry standards.
    The United States Space Force Commercial Service Office is seeking industry feedback for its Maneuverable Geosynchronous Orbit (MGEO) Commercial Satellite-Based Services initiative. This Request for Information (RFI) aims to gather recommendations and best practices to develop an acquisition strategy for a contract vehicle providing worldwide commercial satellite communication services. The objective is to utilize maneuverable, decentralized small and medium geosynchronous satellites to enhance resilience and support various commercial satellite services. The government is requesting feedback on the draft Performance Work Statement (PWS) and evaluation criteria, concerns regarding non-actionable requirements, technical scenario guidelines, and potential limitations to commercial competition. Industry is also asked for recommendations on contract types, incentive structures, small business participation strategies, and CLIN structures. Responses, including vendor information, are due by October 17, 2025, and will inform a future solicitation.
    This government file addresses questions and answers related to an anticipated IDIQ solicitation for resilient satellite communications (SATCOM) support, targeting an early January 2026 release. Key topics include clarification on response guidelines, substitution of experience types for functional areas (with the government open to additional information for "Team Experience" but taking "Relevant Experience" under advisement), and the absence of Program Element numbers at this stage. The government does not currently plan an industry briefing but is considering providing a listing of RFI respondents to facilitate teaming. Significant portions of the document focus on the Performance Work Statement (PWS), detailing scope, tasks, and requirements. The government will consider clarifying language around ITU approvals, host nation agreements, and ground infrastructure. While global support is required, regional support will be identified at the task order level. All RFI responses will be treated as proprietary.
    This government file details questions and answers regarding a federal Request for Information (RFI) for a multi-award Indefinite Delivery/Indefinite Quantity (IDIQ) contract focused on resilient satellite communications (SATCOM) services. Key inquiries address the substitution of corporate experience with team experience, the inclusion of CRM in page limits, and the government's willingness to expand the Performance Work Statement (PWS) regarding end-of-life satellites. Other questions seek clarification on industry briefings, notional timelines, teaming opportunities, PWS task delineation, and the scope of "maneuverable networks" in SATCOM. The government's responses clarify that proprietary RFI responses will not be made public, CRM does not count towards page limits, and a firm timeline for task order competitions is unavailable. The government is open to further information on team experience and will consider suggestions for PWS restructuring and explicit language for coordination activities related to satellite maneuvers. The document also distinguishes between maneuverability (physical movement) and multiple transmission paths (using diverse satellite and terrestrial routes).
    This government file, likely part of an RFP, addresses questions and answers related to a solicitation for resilient satellite communications (SATCOM) support. Key topics include response guidelines, corporate vs. team experience, relevant experience, program element numbers, industry briefings, notional timelines, teaming opportunities, and government points of contact. The document also clarifies aspects of the Performance Work Statement (PWS) regarding task delineation, required coordination activities for spacecraft maneuverability (including ITU approvals, host nation agreements, and ground infrastructure), the distinction between maneuverability and multiple transmission paths, and security requirements for Network Operations Centers (NOCs) and personnel clearances. Global support for operational managed and/or leased-resource services via GEO commercial satellites is required.
    This government file details a Question and Answer (Q&A) exchange related to a federal Request for Proposal (RFP) concerning resilient satellite communications (SATCOM) services. The document addresses various industry questions regarding corporate and team experience, proposal guidelines, the scope of work (PWS), security requirements, and notional timelines. Key themes include the government's stance on substituting corporate experience with team experience, clarification on page limits for proposals, and the expansion of the PWS to cover end-of-life (EOL) satellites. Additionally, the Q&A clarifies definitions of maneuverability versus multiple transmission paths, discusses the inclusion of 'small and medium' satellites, and addresses security clearance requirements. The government acknowledges several suggestions for PWS restructuring and explicit language additions regarding ITU approvals, host nation agreements, and ground infrastructure at the task order level, while also providing specific PWS references for various coordination and operational activities.
    The provided government file, structured with sections for 'Item Number,' 'Document Title,' and 'Reference Number,' appears to be a template or a partial document related to administrative or procedural aspects within federal, state, or local government operations, likely pertaining to RFPs or grants. The inclusion of 'Questions' and 'Recommendations' at the end suggests its purpose is to solicit inquiries or feedback, or to outline areas for further discussion or improvement. The document's primary function is to organize and categorize information, setting the stage for more detailed content or interactive processes within a governmental context.
    Similar Opportunities
    USSF COMSATCOM CSCO Forecast to Industry Future Requirements Fiscal Year (FY) 2026 (as of Oct 2025)
    Buyer not available
    The United States Space Force (USSF) is seeking industry input regarding future requirements for Commercial Satellite Communications (COMSATCOM) for Fiscal Year 2026. The procurement will focus on potential Requests for Proposals (RFPs) and Requests for Quotes (RFQs) related to satellite communication capabilities, which include services such as COMSATCOM Transponded Capacity, Subscription Services, and Complex Commercial SATCOM Solutions. This initiative is critical for enhancing satellite communication capabilities, which support various military operations and strategic objectives. Interested parties can reach out to John Seacrist at john.seacrist@spaceforce.mil for further information, with the forecast document being current as of September 30, 2025.
    USSF Commercial Satellite Communications (COMSATCOM) Forecast to Industry Future Requirements Fiscal Year (FY) 2025-2026
    Buyer not available
    The United States Space Force (USSF) is preparing to issue potential Requests for Proposals (RFPs) for Commercial Satellite Communications (COMSATCOM) services for Fiscal Year 2025-2026. The procurement will focus on acquiring satellite communication services, including Transponded Capacity, Subscription Services, and Complex Commercial SATCOM Solutions, to enhance the operational capabilities of the Department of Defense. This initiative is critical for maintaining effective communication infrastructure and adapting to emerging technology needs across military operations, with anticipated projects such as the USAFRICOM COMSATCOM Services Blanket Purchase Agreement valued between $215 million and $225 million. Interested industry stakeholders can contact John Seacrist at john.seacrist@spaceforce.mil for further information, with the attachment detailing requirements current as of December 2024.
    USSF COMSATCOM Forecast to Industry Future Requirements Fiscal Year (FY) 2025-2026 (May 2025)
    Buyer not available
    The United States Space Force (USSF) is preparing to issue Requests for Proposals (RFP) for Commercial Satellite Communications (COMSATCOM) services for Fiscal Year 2025-2026. The anticipated procurement will focus on three primary service categories: COMSATCOM Transponded Capacity (CTC), COMSATCOM Subscription Services (CSS), and Complex Commercial SATCOM Solutions (CS3), which are essential for supporting military operations through satellite bandwidth leasing and custom solutions. The projected lifecycle values for these contracts range from under $300,000 to approximately $905 million, with specific projects including Ku Band and C Band bandwidth for range testing and high-throughput services for data applications. Interested parties should note that the timeline for anticipated RFQ releases is from June to December 2025, with awards expected in late 2025 and early 2026. For further inquiries, contact John Seacrist at john.seacrist@spaceforce.mil.
    RFI for Ground Bounce NaaS
    Buyer not available
    The Department of Defense, through the United States Space Force Space Systems Command (USSF SSC), is seeking information from contractors regarding a Request for Information (RFI) for Network as a Service (NaaS) to support its Ground Bounce (GB) Project. The objective is to establish a secure, private transport network utilizing commercial proliferated Low Earth Orbit (pLEO) satellites, such as Starlink, to enhance connectivity for government end-user systems globally. This initiative is critical for minimizing reliance on traditional infrastructure while ensuring secure and resilient network capacity, with key requirements including integration with existing networks, provision of secured VPNs, scalability, and compliance with cybersecurity standards. Interested parties are invited to submit a white paper and PowerPoint presentation detailing their proposed solutions by December 12, 2025, with inquiries directed to Tobias Richards at tobias.richards.1@spaceforce.mil or Victor Vizcarra at victor.vizcarra.1.ctr@spaceforce.mil.
    Request for Information (RFI) to Support Enterprise Payload Processing Management Facility Support
    Buyer not available
    The Department of Defense, specifically the United States Space Force (USSF), is seeking industry feedback through a Request for Information (RFI) regarding commercial Payload Processing Facility (PPF) support services as part of its Enterprise Payload Processing Management (EPPM) initiative. The objective of this RFI is to gather insights on current and projected PPF capabilities, services, and limitations to optimize the management and procurement of these services for USSF Space Vehicle (SV) processing, which is currently fragmented across individual program offices. This effort is crucial for enhancing the efficiency of payload processing and improving scheduling across various missions, including National Security Space, civil, and commercial operations. Interested parties should submit their responses by December 12, 2025, and can direct inquiries to Isabel Shvartsman at isabel.shvartsman@spaceforce.mil or Irma Seferi at irma.seferi@spaceforce.mil.
    Space Command and Control (C2) Project Request for Information (RFI)
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is conducting a Request for Information (RFI) for the Space Command and Control (C2) Project, aimed at supporting potential Foreign Military Sales to the Canada Department of National Defence. This initiative seeks to gather information on capabilities and pricing for a System of Systems (SoS) that will enable Canada to effectively ingest, process, and disseminate space data across various classification levels, with a focus on data management, analytics, visualization, and interoperability with allied systems. The project is critical for addressing the current fragmentation in tools used by the Canadian Armed Forces and managing the increasing volume of space data, ensuring solutions are resilient and scalable. Interested parties are encouraged to submit their responses by December 12, 2025, and can reach out to SSC IA Market Research at ssc.iaf.marketresearch@spaceforce.mil for further inquiries.
    REQUEST FOR INFORMATION: AFLCMC/WING IMAGING AND TARGETING SUPPORT FISCAL YEAR 2027
    Buyer not available
    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.
    U.S. Space Force (USSF) Space Based Interceptor (SBI) LOE 2M Request for Prototype Proposal (RPP)
    Buyer not available
    The U.S. Space Force (USSF) is seeking proposals for the Space Based Interceptor (SBI) Level of Effort 2M through a Request for Prototype Proposal (RPP) under the Department of Defense. This initiative focuses on developing kinetic midcourse solutions, with the intention to competitively award multiple fixed-price Other Transaction Agreements (OTAs) in accordance with relevant U.S. Code provisions. The SBI program is critical for enhancing the U.S. defense capabilities in space, and while this opportunity is not set aside for small businesses, participation from small and disadvantaged businesses is encouraged. Interested companies must submit requests for access to the RPP Bidders Library by December 15, 2025, and can contact Brent Jorgensen at brent.jorgensen.1@spaceforce.mil for further information.
    Request for Information regarding industry’s capabilities and related experience to modernize the GPS-S.
    Buyer not available
    The Department of Defense, specifically the Marine Corps Systems Command (MCSC), is seeking industry input through a Request for Information (RFI) regarding the modernization of the Global Positioning System-Survey (GPS-S). The objective is to gather capabilities and experiences from potential contractors to enhance the GPS-S, which is crucial for providing accurate survey information to Marine Artillery Sensor Sections in diverse and challenging terrains. Key modernization efforts include integrating M-code GPS, ensuring compatibility with Windows 11-compliant software, facilitating communication between stations via AN/PRC-163 radio, and upgrading the handheld controller. Interested parties must submit their responses, limited to 15 pages, by December 24, 2025, and can direct inquiries to Melanie Williams at melanie.willaims.civ@usmc.mil.
    Operational Test and Training Infrastructure (OTTI) Commercial Solutions Opening (CSO)
    Buyer not available
    The United States Space Force (USSF) is issuing a Commercial Solutions Opening (CSO) for the Operational Test and Training Infrastructure (OTTI), seeking innovative solutions for space test, training, exercises, and related infrastructure. The procurement aims to acquire advanced commercial products and technologies, particularly focusing on specific Areas of Interest (AOIs) such as Continuous Fitness Assessment, Multirole Satellite Frequency In-field Test Suite, and enhancements to the National Space Test and Training Complex. This initiative is critical for enhancing the capabilities of military Guardians and ensuring effective training and operational readiness. Interested offerors must submit their proposals by the extended deadline of December 5, 2025, and can direct inquiries to Capt Megan McChrystal at megan.mcchrystal@spaceforce.mil or Crystal Price at crystal.price.6@spaceforce.mil.