Request for Information (RFI) #02: Instrumentation Range Support Program IV
ID: FA252125R0008Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA2521 45 CONS PKPATRICK SFB, FL, 32925-3237, USA

NAICS

Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing (334511)

PSC

RADAR EQUIPMENT, EXCEPT AIRBORNE (5840)
Timeline
    Description

    The Department of Defense, through the Department of the Air Force, is seeking industry partners for the Instrumentation Range Support Program IV (IRSP IV), which focuses on the overhaul and maintenance of various Integrated Telemetry Systems (ITS) and radar equipment. The procurement aims to ensure the operational availability and longevity of critical instrumentation systems, which are essential for defense operations and often require upgrades due to technological advancements and obsolescence. The program anticipates a contract ceiling between $500 million and $1 billion over a ten-year period, with key milestones including a Draft RFP in December 2025 and a final RFP in March 2026. Interested parties are encouraged to participate in an Industry Day on April 24, 2025, at Patrick Space Force Base, FL, and must submit their capabilities packages and responses to the Request for Information (RFI) by June 16, 2025. For further inquiries, contact Sandra M. Seman at sandra.seman@us.af.mil or Jeremiah Small at jeremiah.small.1@spaceforce.mil.

    Files
    Title
    Posted
    The Instrumentation Range Support Program (IRSP) IV Industry Day, scheduled for April 24, 2025, is an event designed to provide information and facilitate engagement regarding the IRSP IV program. The day will include an Industry Day Presentation with opening comments from the Contracting Officer, an IRSP Program Overview by the Program Manager, and comments from the Small Business Office. Attendees will have an Open Question Session, followed by a Reconvene for Answer Session after lunch. One-on-One Sessions are also available by appointment. The event, geared towards business casual attire, aims to inform potential contractors about the IRSP IV program and foster dialogue with key program personnel.
    This registration form outlines details for Industry Day for the Instrumentation Range Support Program (IRSP) IV, scheduled for April 24, 2025, at The Tides Collocated Club & Restaurant, Patrick Space Force Base, FL. The event includes presentations from 9:00 a.m. to 10:00 a.m., an open forum from 10:00 a.m. to 11:00 a.m., and one-on-one appointments from 1:00 p.m. to 4:00 p.m. (by appointment only, with a 15-minute limit). Companies must register by April 18, 2025, via email, providing company details, CAGE code, address, phone, POC, business size (small or large), and attendee information. Attendees can also request a one-on-one meeting with the government team and submit comments or questions in advance. Points of contact for inquiries are Sandra Seman (sandra.seman@spaceforce.mil, 321-494-3934) and Eddie Baldomero (edwin.baldomero.1@spaceforce.mil, 321-494-4842). This event aims to facilitate engagement between industry and the government for the IRSP IV program.
    The Instrumentation Range Support Program (IRSP) IV is hosting an Industry Day event on April 24, 2025, aimed at fostering engagement between the federal program and small businesses. The event will feature a series of presentations, including opening remarks from the Contracting Officer, an overview of the IRSP program, and commentary from the Small Business Office. Following the presentations, an open question session will allow attendees to clarify their inquiries. The schedule includes a break for lunch and a dedicated one-on-one session available by appointment, designed to facilitate deeper discussions between small businesses and program representatives. Attendees are encouraged to dress in casual business attire. This Industry Day serves as a platform for enhancing collaboration, providing small businesses with valuable insights into federal contracting opportunities related to the IRSP initiative.
    The Instrumentation Range Support Program (IRSP) IV is hosting an Industry Day on 24 April 2025 at The Tides Collocated Club & Restaurant, Patrick Space Force Base, FL. The event is structured into a presentation session from 9:00 a.m. to 10:00 a.m., followed by an open forum until 11:00 a.m., and one-on-one meetings from 1:00 p.m. to 4:00 p.m. by appointment. Companies interested in attending must register by COB on 18 April 2025, providing details such as company name, address, and attendee information. Participants may request one-on-one sessions with the government team and can address comments or questions prior to the event. Points of Contact for further inquiries are provided. This Industry Day aims to engage potential contractors and solicit their input regarding the IRSP IV, facilitating dialogue between the government and private sector entities.
    The document outlines performance standards and thresholds for various procurement and acquisition activities, including Rough Order of Magnitude (ROM) submissions, Request for Proposal (RFP) submissions and Purchase Order (PO) issuance, Routine/Remanufacture Material Acquisition (RRR) PO issuance, High Cost Material Acquisition (HCR) submissions and PO issuance, and Engineering & Tech Support (ETS-P Prime and ETS-S Subcontractor) PO issuance and submissions. Each category specifies a time period for response or issuance (e.g., 30 or 45 calendar days), a formula for calculating the performance percentage, and quarterly targets categorized as Green (e.g., ≥ 80% or ≥ 90%), Yellow (e.g., 70-80% or 60-80%), and Red (e.g., < 70% or < 60%). The overall purpose is to establish clear metrics and expectations for timely and efficient procurement and acquisition processes within government contracts, ensuring accountability and consistent performance across different types of material and support acquisitions.
    This Concept of Operations (CONOPS) outlines the functional architecture for the Instrumentation Range Support Program's (IRSP) stock replenishment business model, focusing on Government Owned Stock (GOS). The document details how IRSP intends to charge participating ranges and replenish GOS to maintain critical stock levels and meet Financial Improvement Audit Readiness requirements. It describes the scope, background, and an overview of the IRSP stock replenishment process. The core of the CONOPS lies in its operational support concept, explaining how the government charges range customers the actual cost of IRSP stock, with contractors remitting funds (minus fee) quarterly. The document outlines five operational scenarios—Material Acquisition, Component Remanufacture/Fabrication, Overhaul Material Requirements, Overhaul Remanufacture/Fabrication Requirements, and System Modification Material Requirements—where IRSP stock is used, detailing the invoicing and payment processes for each, ensuring an auditable trail via quarterly reporting.
    The document details the distribution of various IRSP (Instrumented Range Support Program) systems, categorizing them by type and geographical location. It provides a comprehensive overview of 3252 systems, with 3062 located in CONUS (Continental United States) and 190 in OCONUS (Outside Continental United States). Key system types include Data Acquisition (1700), Radar (849), and Telemetry (284). The document also lists specific CONUS and OCONUS locations where these systems are deployed, ranging from various US states to international sites like Australia, Japan, and Germany. This information is crucial for understanding the widespread infrastructure and support systems likely associated with federal defense or aerospace programs, providing insight into resource allocation and operational reach for potential RFPs or grants related to maintenance, upgrades, or expansion of these systems.
    The document outlines the assets and management structure of the White Sands Missile Range (WSMR) in New Mexico. It lists nine distinct items under the 'ABCD' system, each identified by a unique serial number and located in 'Locationville, State'. The file details the contact information for both the primary and alternate Range Managers, including their names, organizations, addresses, phone numbers, and email addresses. This information is crucial for operational oversight and communication within the WSMR, indicating a framework for managing resources and personnel at this federal government facility.
    This government file, Attachment 8, details base support resources available to an IRSP contractor across various federal and international installations. It outlines specific services provided by each location, including White Sands Missile Range (NM), Yuma Proving Ground (AZ), Naval Air Warfare Center-Weapons Division/Point Mugu (CA), Naval Air Warfare Center-Aircraft Division (MD), NASA/Wallops Flight Facility (VA), NASA/Armstrong Flight Research Center (CA), DOE/Tonopah Test Range (NV), 96th Test Wing Range (FL), Utah Test and Training Range (UT), Air Force Materiel Command, United Kingdom (Aberporth), Pacific Missile Range Facility (HI), and the Center for Countermeasures (NM). These resources typically include heavy equipment (cranes, forklifts, tractors), machine and other shop services, transportation, communication, lodging (at SNI), hazardous waste disposal, and limited supply/equipment loans. Services often require advance scheduling and are provided on a non-interference or as-available basis, highlighting the structured support for contractors within these government and international facilities.
    The document outlines performance standards and response requirements related to federal and state RFPs and acquisitions, focusing on metrics for contractors in various areas, such as Rough Order of Magnitude (ROM) submissions, Request for Proposals (RFP), and different categories within Engineering and Technical Support (ETS). The primary goal is to evaluate the efficiency and timeliness of contractor responses. Key performance indicators include submission timelines, specifically the need for responses to be submitted within 30 to 45 calendar days, with assessments conducted quarterly. Success is quantified through a percentage of submitted items relative to requests, categorized into three performance levels: Green (≥ 80%), Yellow (70% - 79%), and Red (< 70%). Metrics cover ranges from contractor purchase order (PO) issuances after award modifications to required timelines for material acquisitions, emphasizing a structured approach to performance evaluation. This ensures that the government can track contractor compliance and overall effectiveness in handling procurement processes. The document serves to standardize performance expectations, ensuring that contractors meet stipulated requirements efficiently, reflecting the government's commitment to accountability in public procurement and supporting effective project delivery.
    The Instrumentation Range Support Program (IRSP) Stock Replenishment Concept of Operations (CONOPS) outlines the management and operational framework for replenishing Government Owned Stock (GOS). It details how the IRSP will charge participating ranges and maintain an adequate stock level to support critical operations while adhering to Financial Improvement Audit Readiness standards. The CONOPS is a dynamic document addressing various factors that may influence stock adjustments, such as participation fluctuations and supply chain issues. It describes the operational support model, emphasizing the contractor's responsibility to charge participating ranges the actual cost of stock issued, subsequently managing funds to maintain replenishment. Five operational scenarios detail the processes for Material Acquisition, Remanufacture/Fabrication, Overhauls, and System Modifications, where stock is issued based on requisition needs. For each scenario, invoices for issued stock are based on the original costs recorded, and funds are periodically reconciled with the government for replenishment actions. The comprehensive approach ensures stock availability and addresses mission requirements effectively, reflecting efficient resource management within government procurement frameworks. This document serves to enhance logistical efficiency within government contracting and support critical instrumentation tracking systems across multiple agencies.
    The document outlines various Integrated Range Support Program (IRSP) systems, detailing their distribution across domestic (CONUS) and international (OCONUS) locations. In total, 3,252 systems are cataloged, with 3,062 stationed in CONUS and 190 OCONUS. Key categories include Data Acquisition (1700 systems), Radar (849), and Optical (287), among others. The breakdown highlights specific locations for each system type, indicating broad placement from Alaska to Japan and countries like Germany and Canada. By providing a detailed inventory of IRSP systems, the document serves as a resource for government agencies considering partnerships or grants related to defense and aerospace capabilities. This categorized data is significant for understanding the availability and distribution of crucial technological assets within the scope of federal RFPs and related government initiatives.
    The document outlines a detailed inventory for the White Sands Missile Range (WSMR) in New Mexico, encompassing various systems and associated information. It includes a list of items with identifiers such as system type, serial numbers, and locations. Additionally, it identifies key personnel responsible for range management, including a primary range manager and an alternate range manager, each with their respective contact details. The concise format serves to provide essential data for stakeholders involved in federal government procurement processes, such as Requests for Proposals (RFPs) and grants, pertaining to the management and operation of systems within the missile range. Overall, this structured inventory is a critical resource for ensuring effective oversight and operational readiness at WSMR.
    The document outlines the support resources available to the Integrated Range Support Program (IRSP) contractors at various federal installations, including White Sands Missile Range (WSMR), Yuma Proving Ground (YPG), Point Mugu, and others. Each site offers a variety of operational support services, such as transportation, equipment maintenance, hazardous waste disposal, and specialized workshops for repairs. Specific facilities like cranes, machine shops, and lodging for contractor personnel are detailed. It emphasizes that all resources must be scheduled in advance and are provided based on the discretion of range managers. Additionally, contractors are responsible for coordinating travel and maintaining lodgings as per site policies. This document serves as a guideline for contractors seeking to utilize installation resources efficiently while adhering to government operational protocols.
    DD FORM 1423-1, FEB 2001, titled "CONTRACT DATA REQUIREMENTS LIST (1 Data Item)," is a federal government form used to specify data deliverables for contracts, federal grants, and state and local RFPs. It standardizes the request and submission of various data items, such as technical and cost proposals for overhauls, engineering support, technical studies, or system modifications within an Instrumentation Range Support Program. The form details requirements including data item number, title, authority, contract reference, requiring office, frequency of submission, and distribution. It also provides comprehensive instructions for both government personnel in completing the form and contractors in understanding pricing groups (Group I, II, III, IV) for data items, ensuring clarity on costs attributable to data production. The document emphasizes electronic submission in .pdf format and includes tailored instructions for data item descriptions, such as changing paragraph 7.1 to define the scope of technical and cost information required in response to RFPs.
    The document is the DD Form 1423-1, a Contract Data Requirements List established by the Department of Defense (DoD) for tracking specific data items required from contractors in response to Requests for Proposals (RFPs). It serves to outline data item details, including the contract line item number, categories, and requirements for submission frequency and format. The primary focus is on technical and cost proposals related to engineering and instrumentation systems, emphasizing the importance of electronic submission and compliance with specific guidelines. The form details the information contractors must provide, including the authority, technical offices responsible, inspection/acceptance requirements, distribution, and estimated pricing grouped into several categories based on their necessity and impact on the contracted effort. It aims to streamline data collection, ensure adequate preparation of materials, and facilitate compliance with government requirements during the contracting process. The document not only standardizes expectations but also reduces the burden of information management on contractors while ensuring that government objectives are met effectively.
    The provided document is a question form for the Instrumentation Radar Support Program IV Industry Day, scheduled for April 24, 2025. This form allows companies to submit written questions regarding the program. It explicitly states that all submitted questions and their corresponding responses will be posted on SAM.gov, making them publicly available to the entire industry. The form includes fields for company name, individual's name, and contact information, along with numbered spaces for up to 12 questions, with additional space indicated on the reverse side. The document emphasizes the importance of legible printing for the submitted questions. This form serves as a structured method for industry participants to seek clarification and for the government to disseminate information transparently regarding the program.
    The Instrumentation Radar Support Program IV is hosting an Industry Day on April 24, 2025, inviting companies to submit written questions related to the program. The document serves as a question form for participants to articulate their inquiries, emphasizing the importance of clarity and legibility. All submitted questions and responses will be posted publicly on SAM.gov to ensure transparency within the industry. This initiative reflects the federal government's commitment to fostering engagement and collaboration with industry stakeholders, vital for enhancing capabilities in radar support systems.
    DD FORM 1423-1, a Contract Data Requirements List, is a standardized government form used to specify data deliverables from a contractor. This document outlines the requirements for data items, including technical data, technical manuals, and other categories relevant to federal grants, RFPs, and state/local RFPs. Key sections detail data item specifics such as title, authority, contract reference, requiring office, frequency of submission, and distribution. The form emphasizes the importance of proper marking, maintenance, and control of technical information, including classified, unclassified, and Controlled Unclassified Information (CUI), in accordance with DoD instructions. It also provides instructions for both government personnel in preparing the form and contractors in understanding pricing groups for data item development. The specific example provided details requirements for 'Detail Specification Documents' for an 'Overhaul Work Specification' under an 'Instrumentation Range Support Program,' including electronic submission in .pdf format, password protection for range-specific data, and near real-time electronic data submission.
    The document is a DD Form 1423-1, which outlines the Contract Data Requirements List (CDRL) for a specific government contract related to the Instrumentation Range Support Program. It details the requirements for contractors to submit technical data necessary for the acquisition, sustainment, and logistics of the instrumentation tracking systems being overhauled. Key elements include specifying the nature of data (Technical Data Package, Technical Manuals, etc.), submission timelines, distribution statements for classified or controlled information, and the means of electronic submission. The form emphasizes that all technical information must adhere to Department of Defense regulations for classification and distribution. It also describes the cost groups associated with data items, delineating the contractor's efforts required to meet government standards. The structured instructions guide both government personnel and contractors in filling out the form adequately. Overall, this document ensures clarity in data management and reporting related to government contracts, facilitating compliance and oversight within the federal contract framework.
    DD FORM 1423-1, FEB 2001 is a Contract Data Requirements List (CDRL) used for federal government RFPs, grants, and state/local RFPs. It details the requirements for data items that contractors must deliver as part of a contract. The form outlines categories such as Technical Data Package (TDP), Technical Manual (TM), or other, and specifies the system/item, contract number, and contractor. Key sections include data item number, title, authority, contract reference, requiring office, and distribution statements. The form also covers submission frequency, dates, and distribution details, including addressees and copies. Important remarks clarify distribution statements for technical information, marking of controlled unclassified information (CUI), and submission requirements for specific reports like pre-overhaul inspections. Instructions for both government personnel and contractors define how to complete each item, including pricing groups for data items (Group I-IV) based on their necessity and additional work required. The document emphasizes that estimated data prices should only include costs directly attributable to supplying the data, excluding rights in data.
    The DD FORM 1423-1 is a Contract Data Requirements List (CDRL) used by the Department of Defense (DoD) to specify data items required from contractors. The form outlines details such as the contract line item number, title of data item, requiring office, and submission schedules. Specifically, it mandates that contractors provide a Pre-Overhaul Report for maintenance inspections of systems and items, which must be submitted within 30 days post-inspection. The document stipulates the distribution of technical data, ensuring compliance with DoD directives on marking and handling Controlled Technical Information (CTI). It also contains sections for contractors to identify estimated costs associated with data item preparation, which categorize the effort required into four price groups from essential to minimal effort. Instructions are clearly articulated to assist both government personnel and contractors in completing the form accurately. The document emphasizes the need for precision in reporting requirements and stresses the importance of managing data appropriately to meet operational standards. Overall, it is a critical resource for ensuring compliance and clarity in government contracting processes.
    DD Form 1423-1, the Contract Data Requirements List, is a standardized form for detailing data deliverables in government contracts, including federal RFPs, grants, and state/local RFPs. This form, approved by OMB, outlines the process for contractors to report data, specifying item numbers, titles, acquisition authorities, and contract references. It requires information on submission frequency, dates, and distribution, including electronic formats and specific addressees. The form also provides instructions for government personnel on filling out the document and for contractors on estimating data prices based on four distinct effort groups, ensuring that costs are directly attributable to data production and do not include data rights. Key remarks in the provided document include distribution statement requirements for technical information (DoDI 5230.24 and DoDI 5200.48 for CUI), electronic submission in PDF, and tailored instructions for specific data item descriptions, such as test/inspection reports.
    The DD Form 1423-1 serves as a Contract Data Requirements List (CDRL) used by the Department of Defense (DoD) to outline data submission requirements related to contracts. This form includes sections that specify contract details, the nature of the required data (TDP, TM, or other categories), submission timelines, distribution details, acceptance criteria, and designation of the responsible office. It mandates proper classification and handling of technical information per DoDI guidelines, emphasizing the importance of protecting Controlled Technical Information (CTI). The completion of the form entails indicating the frequency of submissions and providing technical acceptance signatures. The document stresses the necessity for detailed reporting post-overhaul, with specific expectations regarding data content related to performance evaluations and discrepancies. The form guides users on how to effectively prepare and submit data to ensure compliance with government requirements, addressing cost estimations based on the specified data categories, and provides a clear structure for tracking data item submissions. This CDRL is integral to the acquisition process, establishing a framework to maintain quality and accountability in defense contracting.
    The Department of the Air Force, United States Space Force, Space Launch Delta 45 is hosting an Industry Day conference on April 24, 2025, from 8:45 a.m. to 4:00 p.m. EST at The Tides Collocated Club & Restaurant, Patrick Space Force Base, FL. The purpose of this event is to discuss initial planning and strategy for the acquisition of the Instrumentation Range Support Program (IRSP) IV procurement, Solicitation FA252125R0008. Pre-registration is encouraged by April 18, 2025. The day will include a slide presentation and video of sites, an open forum question and answer session from 10:00 a.m. to 11:00 a.m., and one-on-one sessions with government personnel from 1:00 p.m. to 4:00 p.m. by appointment only. Interested parties can register and schedule appointments by submitting a completed registration form (Atch 2) by the deadline. Questions can be directed to Sandra M. Seman or Eddie Baldomero.
    The United States Space Force's Space Launch Delta 45 is hosting an Industry Day on April 24, 2025, to engage stakeholders in the planning of the Instrumentation Range Support Program (IRSP) IV procurement. The conference will occur from 8:45 a.m. to 4:00 p.m. at The Tides Collocated Club & Restaurant on Patrick Space Force Base, Florida. Pre-registration is encouraged, but on-site registration will also be available. An agenda includes a presentation of various sites and a video showcasing the material depot, followed by an open forum for questions from 10:00 a.m. to 11:00 a.m. One-on-one sessions with government representatives are scheduled from 1:00 p.m. to 4:00 p.m., requiring prior appointment. Interested participants must submit a completed registration form by April 18, 2025. The memorandum emphasizes the collaborative nature of the event, aimed at fostering relationships between industry entities and government personnel regarding the procurement process. Contacts for further information are provided in the document.
    The Instrumentation Range Support Program (IRSP) IV Industry Day Briefing outlines a critical federal acquisition for sustaining range instrumentation tracking systems across various government agencies and international partners. The program, with a contract ceiling between $500 million and $1 billion over a ten-year ordering period, will be an Indefinite Delivery/Indefinite Quantity contract. Key acquisition milestones include a Draft RFP in December 2025, Final RFP in March 2026, proposals due in May 2026, and contract award by May 2027. The scope of work encompasses depot support, obsolescence engineering, stock replenishment, technical studies, overhauls, system modifications, material acquisition, and engineering/field support. Small business opportunities are a focus, with discussions on NAICS code 334511, a 1,350-employee size standard, and various teaming arrangements, with the set-aside strategy to be determined after market research. The IRSP's objective is to maximize operational availability, minimize government costs, and extend the operational life of supported systems.
    The Instrumentation Range Support Program (IRSP) Statement of Work (SOW) outlines the requirements for a contractor to provide serviceable components and subsystems for Instrumentation Tracking Systems (ITS) worldwide. The contract focuses on supplying parts for radars, telemetry, optical range mission systems, Flight Termination Systems (FTS), Data Acquisition Systems (DAS), and Global Positioning Systems (GPS). Key responsibilities include program management (financial reporting, property management, information management), obsolescence engineering, quality assurance, stock replenishment, and phase-in/out procedures. The SOW also details range-specific requirements such as technical studies, pre-overhauls/overhauls, system modifications (including cybersecurity), material acquisition, remanufacture/fabrication, and engineering/technical support. Travel and transportation services are also covered. The program supports various government agencies, with the Program Management Office located at the 45th Space Launch Delta (45 SLD), Patrick SFB, FL.
    The Instrumentation Range Support Program (IRSP) IV Industry Day, held on April 24, 2025, focused on enhancing military range tracking capabilities. The event outlined key information regarding upcoming contracting opportunities, with proposals expected to be released by March 2026 and contracts awarded by May 2027, encompassing a ten-year period valued at $500 million to $1 billion. The program supports various U.S. military branches and international partners by providing essential logistics, engineering support, and maintenance for tracking systems. The agenda included introductions from the contracting and small business teams, program overviews, and Q&A sessions. The IRSP aims to maximize operational availability, reduce costs, and extend the operational life of systems for over 30 ranges globally. Key program activities include depot management, obsolescence engineering, and system modifications, with a commitment to small business participation through possible team arrangements. Regulatory compliance is emphasized with adherence to specific federal guidelines. The IRSP plays a vital role in sustaining instrumentation tracking systems necessary for modern defense operations.
    The Instrumentation Range Support Program (IRSP) aims to provide critical support for Instrumentation Tracking Systems (ITS) globally for various U.S. and foreign government agencies. The contract encompasses the supply of components and subsystems for systems like radars and telemetries, alongside inventory and obsolescence engineering tasks. Key objectives involve thorough program management, quality assurance, financial accountability, and responsive material acquisition processes. The document outlines comprehensive requirements for contractors, including program and contract management, engineering support, system modifications, and travel arrangements for personnel. Specific metrics for performance, reporting obligations, and property management are detailed, ensuring effective oversight of government properties and accurate inventory tracking. Overall, the IRSP serves a crucial role in maintaining operational readiness for diverse military and governmental missions, highlighting necessary coordination among multiple stakeholders and adherence to established standards and procedures.
    The Instrumentation Range Support Program (IRSP) aims to provide essential components and subsystems for Instrumentation Tracking Systems (ITS) to various U.S. and foreign government agencies. The Statement of Work (SOW) outlines contractor responsibilities, including program management, inventory control, obsolescence engineering, and technical support. Key tasks encompass material acquisition and remanufacture, ensuring timely fulfillment of range requisitions, and extensive reporting on financials and operational status. The program office, located at the 45th Space Launch Delta, coordinates with multiple military branches and agencies to support their unique mission requirements. The document details specific contract line item numbers (CLINs) for different aspects of contractor work, including travel, transportation, and engineering services. It emphasizes compliance with government regulations and proper inventory management processes. Additionally, contractors are responsible for planning phase-in and phase-out activities during contract transitions, ensuring minimal disruption to operations. Overall, the IRSP plays a critical role in maintaining the operability of various instrumentation systems, supporting national defense and related missions, while adhering to stringent reporting and operational guidelines.
    The Department of the Air Force's Space Launch Delta 45 has issued a Sources Sought Synopsis for the Instrumentation Range Support Program IV (IRSP IV). This effort aims to identify firms capable of providing logistics sustainment support for instrumentation tracking systems utilized by various agencies including the DoD, DoE, NASA, and foreign governments. The forthcoming contract will involve re-competition of the existing IRSP contract and anticipates a total value between $500 million to $1 billion over a decade. Interested vendors should possess experience in logistics management, repairs, engineering modifications, and system relocations, along with personnel holding Secret and Top-Secret clearances. Special emphasis is placed on engaging small businesses with diverse socioeconomic classifications. Responses must include details on company capabilities, financial capacity, and any possible teaming arrangements. The government will utilize this information to shape its acquisition strategy. This notice serves informational purposes and does not commit the government to award a contract or reimburse related costs. Responses are due by February 19, 2025, with specific guidelines for submission outlined in the synopsis.
    The “Instrumentation Range Support Program IV” document addresses various questions from potential contractors regarding an upcoming federal RFP. Key points include that the contract will not be on GSA, the acquisition strategy (including fixed-price vs. CPFF) is still being determined, and Attachment 7 will provide initial asset details, with a more in-depth version for the awardee. The government anticipates continued program growth and expects offerors to handle large acquisitions. Important aspects like the phase-in/phase-out plan (minimum 90 days), property accountability, and the contractor-provided work management system are discussed. The government will provide historical workload indicators and is open to small business participation, including joint ventures, with future RFIs planned. Warehouse requirements are detailed, and contractors will be responsible for building a new website.
    The Instrumentation Range Support Program IV (IRSP IV) aims to enhance government contracting in support of hypersonic systems. The document provides responses to query submissions concerning the program's management structure, workload factors, and various requirements, emphasizing communication and planning. Key details include that contracting actions will not be hosted on GSA and that attachment details will be made available post-submission. The program anticipates a continuation of historical spending trends and encourages small business participation through an upcoming acquisition strategy that may include a small business set-aside. Facility requirements for managed inventory include a secure warehouse capable of hazardous materials storage and compliance with fire safety codes. While new tracking systems have not been mandated, the potential for future updates exists. The Government will provide historical workload indicators in a future Request for Information (RFI), guiding contractors in preparing proposals. Notably, contractors will need to develop a web-based system for ordering and tracking to meet requirements, emphasizing the importance of cybersecurity. The responses signify ongoing collaboration across ranges and the need for effective transition strategies during contractor changeovers.
    The Department of the Air Force, Space Launch Delta (SLD) 45, has issued a REVISED Request for Information (RFI) #02 for the Instrumentation Range Support Program IV (IRSP IV). The RFI seeks information on capabilities for pre-overhaul and overhaul of specified systems, including the possibility of concurrent overhauls at multiple global locations. Vendors must demonstrate the ability to conduct concurrent pre-overhauls and overhauls on at least two systems from a provided list (e.g., MPS-25, FPQ-10). The scope includes detailed pre-overhaul surveys to determine equipment condition, required manpower, testing, facilities, and budgetary estimates. Overhauls will follow developed work specifications, encompassing material acquisition, labor, travel, and transportation. Industry Day questions revealed that typical radar systems requiring overhaul are older models (circa 1960s-1970s), with electrical subsystems often needing technology upgrades and custom reengineering, and mechanical subsystems requiring parts substitutions and custom fabrication. Electrical/electronic components present the greatest challenge due to technology changes and software interfaces. Responses to the RFI are encouraged and must be submitted via email by 3:30 PM EST on June 16, 2025.
    The Department of the Air Force's Space Launch Delta 45 has issued a Revised Request for Information (RFI) #02 for the Instrumentation Range Support Program IV (IRSP IV). This RFI seeks to identify the capabilities required for conducting pre-overhauls and overhauls on specific radar systems, which may include concurrent operations at multiple global locations. Contractors are encouraged to provide capability statements detailing their approach to overhauling at least two systems from a specified list. The document outlines the expectations for both pre-overhaul and overhaul processes, emphasizing the need for collaborative surveys, resource assessments, and budgetary estimates. Specific focus is placed on the challenges faced due to the age of the radar systems and the potential lack of support from original manufacturers. Additionally, feedback from an Industry Day highlights the difficulties associated with replacing outdated electrical components due to technological changes. Responses to the RFI, while not mandatory, are highly encouraged and must be submitted by June 16, 2025. For further inquiries, contact details for key contracting officers are provided. This RFI is a strategic step in enhancing the operational capabilities and maintenance of legacy radar systems essential for military operations.
    The Department of the Air Force, Space Launch Delta (SLD) 45, issued a Request for Information (RFI) for the Instrumentation Range Support Program IV (IRSP IV). The RFI seeks information on capabilities to conduct pre-overhaul and overhaul work on various Integrated Telemetry Systems (ITS), including the possibility of concurrent overhauls at multiple global locations. Respondents must detail their ability to perform these tasks on at least two specified systems (e.g., MPS-25, FPQ-10). The scope involves assessing equipment condition, determining required manpower, skills, tools, and facilities, establishing testing procedures, and providing budgetary estimates. Overhauls will follow pre-overhaul surveys and contractor-developed work specifications. Industry Day responses indicate that typical radar systems requiring overhauls are older models, often lacking original manufacturer support, making electrical subsystems and certain components challenging to upgrade due to technology changes, software interfaces, and OEM support. Responses to the RFI are encouraged and must be submitted via email by June 12, 2025, to the Contracting Officer and other specified contacts.
    The Department of the Air Force, through Space Launch Delta (SLD) 45, has issued a Request for Information (RFI) #02 regarding the Instrumentation Range Support Program IV (IRSP IV), aimed at identifying capabilities for conducting pre-overhauls and overhauls of various radar systems globally. Contractors are encouraged to provide capability statements detailing their ability to concurrently manage overhauls on selected systems from a specified list, including MPS-25 and FPQ-10. The RFI outlines requirements for pre-overhaul surveys, including assessment of system conditions, required manpower and skills, testing protocols, and budgetary estimates. The document also contains responses to industry questions that clarify challenges in modernizing aging radar systems, including the complexity of replacing obsolete components due to technological changes. Interested parties can submit their responses by June 12, 2025, and should monitor the federal site for ongoing updates throughout the procurement process. This RFI calls for technical proposals that align with government specifications while fostering engagement with potential contractors for improved service capabilities.
    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.
    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.
    USSF COMSATCOM Forecast to Industry Future Requirements Fiscal Year (FY) 2025-2026 (May 2025)
    Dept Of Defense
    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.
    U.S. Space Force (USSF) Space Based Interceptor (SBI) LOE 2M Request for Prototype Proposal (RPP)
    Dept Of Defense
    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 (RFI) Space Domain Awareness (SDA) Geosynchronous Wide Field of View (WFOV) Electro-Optical (EO) Sensor
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, has issued a Request for Information (RFI) for a Geosynchronous Wide Field of View (WFOV) Electro-Optical (EO) Sensor, aimed at enhancing space domain awareness capabilities. This RFI seeks industry input on sensors capable of detecting resident space objects at visual magnitudes of 14.5 and above, with a particular interest in those that can achieve detection at 16+ visual magnitude, while performing wide-area volume searches efficiently. The initiative is critical for developing a constellation of free-flyer Space Vehicles equipped with EO payloads to support geo-based surveillance operations. 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.
    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.
    National Security Space Launch (NSSL) Phase 3 Lane 1 Fiscal Year (FY) 2026 On-Ramp Request for Proposal (RFP)
    Dept Of Defense
    The Department of Defense, through the United States Space Force, is seeking proposals for the National Security Space Launch (NSSL) Phase 3 Lane 1 Fiscal Year (FY) 2026 On-Ramp Request for Proposal (RFP). This procurement aims to establish multiple award Indefinite-Delivery Indefinite-Quantity (IDIQ) contracts for launch services, providing assured access to space for national security missions while maintaining affordability and competition among providers. The selected contractors will be responsible for delivering launch services for approximately 30 missions, with proposals due by 1500 Pacific Time on January 22, 2026. Interested parties should contact Kirsten Prechtl at kirsten.prechtl@spaceforce.mil or Nicole Balestreri at nicole.balestreri@spaceforce.mil for further information and to access sensitive RFP documents.
    Ground Based Radar Digitization (GBRD) Industry Day Site Visit
    Dept Of Defense
    The Department of Defense, through the U.S. Space Force (USSF), is hosting an Industry Day on January 7, 2026, at Cape Cod Space Force Station to discuss the Ground Based Radar Digitization (GBRD) program. This initiative aims to modernize six radar sites, including five Upgraded Early Warning Radars and one Perimeter Acquisition Radar Attack Characterization System, by digitizing legacy systems to enhance space domain awareness, improve radar performance, reduce sustainment costs, and address obsolescence. The USSF is particularly interested in industry solutions that leverage open-system architectures, utilize Commercial Off-The-Shelf (COTS) technology, and incorporate existing digital receiver technology. Interested parties must RSVP and complete a site access request by December 17, 2025, and contact Ms. Tracy Anderson at tracy.anderson.4@spaceforce.mil for further information.
    RECEIVER TRANSMITTER
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is seeking proposals for the procurement of Receiver Transmitters, specifically for the B-2 aircraft. This contract involves the supply of 14 units of the Receiver Transmitter, which facilitates two-way voice communication between the aircraft and other vehicles or surface stations, and is constructed from metal alloy with electronic components. Interested vendors should note that the estimated issue date for the Request for Proposal (RFP SPRTA1-26-R-0134) is December 26, 2025, with a closing date of January 26, 2026, and inquiries can be directed to Michael Hannan at Michael.Hannan.1@us.af.mil or by phone at 385-591-3092. The contract will not be set aside for small businesses, and all proposals must be submitted within 45 days of the notice publication.
    Theater Air Planning System of Sytems Dynamic Mission Replanning (TAP SoS DMR)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking industry solutions for the Theater Air Planning System of Systems Dynamic Mission Replanning (TAP SoS DMR) initiative. The primary objective is to automate the identification of Courses of Action (CoAs) for air operations replanning, enhancing the speed and effectiveness of mission execution by reducing reliance on human interactions. This initiative is critical as it addresses the complexities of modern battlespaces, enabling joint and coalition forces to operate seamlessly across multiple domains. Interested parties are invited to an Industry Day on June 16-17, 2025, at Hanscom AFB, MA, with responses to the Request for Information (RFI) due by June 30, 2025, at 5:00 PM ET. For further inquiries, contact Cody Sheehan at cody.sheehan@us.af.mil.