D--Landsat Satellite Operations (LSO) RFI
ID: DOIGFBO250003Type: Special Notice
Overview

Buyer

INTERIOR, DEPARTMENT OF THEUS GEOLOGICAL SURVEYOFC OF ACQUSITION GRANTS-NATIONALRESTON, VA, 20192, USA

NAICS

Engineering Services (541330)

PSC

IT AND TELECOM - IT MANAGEMENT SUPPORT SERVICES (LABOR) (DF01)
Timeline
    Description

    The United States Geological Survey (USGS) is issuing a Request for Information (RFI) regarding Landsat Satellite Operations (LSO) to gather insights on industry capabilities and technologies that can enhance the efficiency and cost-effectiveness of operations for Landsat 8 and 9. The RFI aims to identify potential sources for project management, flight systems operations, and sustaining engineering, with a focus on ensuring the continuous collection and analysis of multispectral imagery critical for various sectors, including agriculture and disaster response. Interested parties are encouraged to submit their organizational information, relevant experience, operational approaches, and recommendations on contract types by December 23, 2024, to Ty DeHart at tdehart@usgs.gov. This initiative is part of USGS's commitment to maintaining the integrity and accessibility of satellite data for scientific and public use.

    Point(s) of Contact
    Files
    Title
    Posted
    The draft Statement of Work (SOW) for Landsat Satellite Operations outlines the contractor's responsibilities to support operations for Landsat 8 and Landsat 9 observatories, including real-time operations and maintenance at the Landsat Multi-satellite Operations Center (LMOC). Key tasks encompass personnel management, scheduling, procurement, property management, risk and document management, and anomaly tracking. The contractor must provide an operational plan, establish performance metrics, and maintain training and certification programs for staff. Regular project status meetings and engineering reviews are mandatory to assess progress and address issues. The document specifies deliverables like the Mission Operations Plan, Hardware and Software Maintenance Plan, and reports on operations performance. Operations will be conducted from NASA's Goddard Space Flight Center or the backup facility in Sioux Falls, SD. The work's objective is to ensure continuous functioning and long-term sustainability of the Landsat satellites, emphasizing systematic monitoring, anomaly response, and effective resource management, reflecting the U.S. government's commitment to satellite data accessibility for scientific and public use.
    The Landsat 9 Ground System Operations Concept Document (GSOCD) provides a comprehensive description of the Landsat 9 (L9) mission operations, focusing on its objectives, system components, and operational processes. L9 is a collaborative mission by NASA and the U.S. Geological Survey, aimed at continuous collection and analysis of land imagery to monitor natural and human-induced changes. With a commitment to data consistency, the mission seeks to operate for at least five years, ensuring open public access to its products. The document outlines the architecture of the L9 system, which includes the Space Segment (spacecraft and imaging instruments), Launch Services Segment, and Ground Segment (data processing and distribution). Key operational functions are detailed, including Ground Network Element operations, Data Processing and Archive System operations, and management by the Landsat Multi-Satellite Operations Center. Through systematic data collection, processing, and dissemination, L9 will generate vital resources for diverse applications in agriculture, geology, forestry, and disaster response. The GSOCD emphasizes the critical role of calibration, telemetry, and command processes to maintain the efficacy and accuracy of the data output. Ultimately, this documentation serves as an operational framework guiding future Landsat activities and ensuring Legacy data utility.
    The document outlines the Operations Concept for the Landsat Multi-Satellite Operations Center (LMOC), detailing its intended functions and organizational structure necessary to support the Landsat 8 and 9 observatories. Key components include an overview of operations, roles and responsibilities of the Flight Operations Team (FOT), and major phases of mission operations from pre-launch readiness to daily execution. The LMOC facilitates spacecraft management, mission data collection, and observatory health monitoring through automated systems and rigorous testing processes. It emphasizes coordination among various teams, such as flight dynamics, mission planning, and ground system engineering. The document specifies critical operational activities, including pre-launch tests, operational readiness assessments, and daily spacecraft command management. The summary captures the complexity and integration required for successful satellite operations, ensuring that all systems function effectively and safely throughout the missions. This comprehensive guidance serves as a foundational reference for stakeholders involved in the Landsat satellite program, addressing procedures, responsibilities, and operational workflows essential for meeting mission objectives. The document aligns with federal government project management frameworks and highlights the importance of collaborative efforts in achieving successful scientific outcomes.
    The government document details an extensive inventory of IT hardware and equipment categorized for use in various environments such as "LMOC" (likely a reference to a specific operational facility) and "Enclave" (indicating secure areas). Key items listed include numerous models of Dell Ultrasharp monitors, various zero clients, Dell Precision and Latitude laptops, servers, network switches, and power distribution units (PDUs) amongst other things. The emphasis is on assets used in government projects that might involve RFPs (Request for Proposals) for technology procurement, providing transparency in asset management. This information underscores the government's intent to standardize technology utilization across different sectors, ensuring quality and compliance with federal specifications. The repetitive listings of models suggest high quantities ordered, possibly indicative of scaling up operations or replacing outdated equipment. The document serves as a crucial resource for tracking inventory and facilitating procurement decisions in alignment with budgetary frameworks and project outcomes, ultimately enhancing operational efficiency in government technological landscapes while prioritizing security and functionality.
    The government document outlines a comprehensive inventory of hardware and software assets required for various technological environments, primarily targeting federal and state/local RFPs and grants. Notable hardware includes multiple units of 10ZIG zero clients, Intel 7th Gen NUCs, various APC rack models, and significant quantities of Dell and Apple computers, including workstations and laptops. The software section lists essential applications utilized across over 200 virtual machines, featuring platforms like vCenter, Microsoft Active Directory, and various development tools such as Python and PostgreSQL. This inventory is crucial for supporting government IT infrastructure initiatives, ensuring that all technology meets operational needs for efficiency and security. The detailed categorization of both hardware and software indicates a focus on maintaining robust and modern systems within government operations, hence fostering improved service delivery and compliance with standards. Overall, this document serves as a strategic foundation for procurement within government contracting processes for technology assets.
    The United States Geological Survey (USGS) has issued a Request for Information (RFI) regarding Landsat Satellite Operations (LSO) to gather market research on industry capabilities and technologies that can reduce costs and risks associated with satellite operations. This RFI aims to identify potential sources for supporting Landsat 8 and 9 operations, including project management, flight systems operations, and sustaining engineering. The Landsat program, active since 1972, provides critical multispectral imaging for various sectors including agriculture and emergency response. The USGS seeks input on the capabilities of organizations to fulfill the requirements, as detailed in a Draft Statement of Work (SOW). Interested parties are encouraged to provide organizational information, experience with similar contracts, operational approaches for the satellites, and insights on incorporating new technologies. Additional feedback on recommended contract types that optimize cost and project quality is also requested. Responses are due by December 23, 2024, and will inform future acquisition strategies without obligating the government to a contract. This RFI signifies an important step in enhancing satellite operations while maintaining mission integrity and efficiency.
    Lifecycle
    Title
    Type
    Special Notice
    Similar Opportunities
    76--GPSC5 Amendment Seven Industry Day Agenda
    Interior, Department Of The
    The U.S. Geological Survey (USGS) is hosting an Industry Day on December 17, 2025, to discuss the Geospatial Products and Services Contract Version 5 (GPSCv5), which aims to procure geospatial mapping services through multiple Indefinite Delivery Indefinite Quantity (IDIQ) contracts. This procurement, with an estimated maximum ceiling of $850 million over five years, includes a partial Small Business set-aside and focuses on services such as remote sensing data acquisition, processing, and the creation of high-resolution geospatial products. Interested firms must submit their qualifications via the SF330 form by January 14, 2026, and are encouraged to RSVP for the Industry Day by December 8, 2025, to engage in discussions about the acquisition strategy, evaluation criteria, and opportunities for small businesses. For further inquiries, contact Trisha Beals at GPSC5@usgs.gov.
    Underwater Drone
    Interior, Department Of The
    The U.S. Geological Survey (USGS) is seeking qualified vendors to provide underwater drones as part of a procurement initiative aimed at enhancing hydrological data collection capabilities. The requirement includes five autonomous underwater/surface vehicles (AUV/ASV) capable of conducting various measurements, such as conductivity, temperature, and depth (CTD), along with additional data on current vectors and wave heights. These drones will play a crucial role in environmental monitoring and research, supporting the USGS's mission to provide reliable scientific information. Interested parties must submit their quotes in response to Solicitation Number 140G0125Q0210, which will be issued on or about December 16, 2025, with bids due by December 29, 2025. For further inquiries, vendors can contact Rafael Anderson at rlanderson@usgs.gov.
    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.
    15--RFI for Easy Aerial Tethered UAS
    Interior, Department Of The
    The Department of the Interior (DOI) is seeking vendors capable of providing Easy Aerial Tethered Unmanned Aircraft Systems (UAS) to support its operational needs. The procurement aims to acquire 2-6 units annually, with specific requirements including a tether length of at least 300 feet, a total weight under 55 lbs, and compatibility with designated payloads, while ensuring operation in adverse weather conditions. This initiative is crucial for enhancing DOI's operational capabilities, particularly in real-time surveillance and data collection. Interested vendors must submit their information by December 19, 2025, to the designated contacts, with questions due by December 5, 2025.
    Request for Information regarding industry’s capabilities and related experience to modernize the GPS-S.
    Dept Of Defense
    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.
    Acoustic Doppler System IAW Salients
    Interior, Department Of The
    The U.S. Geological Survey (USGS) is seeking qualified small businesses to provide an Acoustic Doppler System in accordance with specified salients, to be delivered to West Sacramento, CA. The procurement requires a geophysical instrument, specifically a Nortek Aquadopp Profiler and HR Mode, which must meet detailed technical specifications including a three-beam configuration, operational acoustic frequency of 2 MHz, and various internal sensors. This acquisition is crucial for the USGS's water resource management and monitoring efforts, with the Request for Quote (RFQ) scheduled to be issued on December 11, 2025, and quotes due by December 17, 2025, at 11:00 AM ES. Interested vendors must be registered in the System for Award Management (SAM) and can direct inquiries to Cynthia Nicanor at cnicanor@usgs.gov before the question deadline.
    Sources Sought: For Ionospheric Ground Sensors (IGS) Sustaining and Engineering Support Request for Information (RFI)
    Dept Of Defense
    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.
    E-RECORDING AND NON-E-RECORDING LIEN RELEASES RECORDING SERVICES
    Agriculture, Department Of
    The Department of Agriculture, specifically the Rural Housing Service, is seeking information from qualified contractors to provide E-Recording and Non-E-Recording Lien Release Recording Services across all 50 states and U.S. territories. The objective is to ensure timely and efficient recording of lien releases through both electronic and traditional methods, which includes providing access to e-recording systems, training for USDA users, and maintaining a status tracking mechanism. This service is crucial for the USDA Rural Development's Single-Family Housing Program, which supports eligible applicants with housing loans. Interested parties must submit their responses to the Request for Information (RFI) by December 24, 2025, at 4:00 PM EST, to the designated contracting officers, with no costs incurred by the government for the responses.
    Commercial Solutions Openings - ERDC Geospatial Research
    Dept Of Defense
    The Department of Defense, through the Engineer Research and Development Center (ERDC), is soliciting innovative solutions for its Geospatial Research Laboratory (GRL) under the Commercial Solutions Openings (CSO) initiative. This opportunity focuses on advancing research and development in six key areas: mission command decision environments, full-3D mapping capabilities, holistic geospatial foundations, remote sensing and mapping technologies, terrain-based positioning and navigation, and earth system dynamics for situational understanding. These projects are critical for enhancing the Army's operational capabilities and situational awareness. Interested parties can submit their solutions via the ERDCWERX platform starting June 30, 2025, until 5:00 PM CDT on July 15, 2026. For further inquiries, contact Anna Crawford at Anna.Crawford@usace.army.mil or LaShanda Areghan at lashanda.d.areghan@usace.army.mil.
    U.S. Army Space and Missile Defense Command Reagan Test Site (RTS) Operations, Sustainment, Improvement, and Engineering (ROSIE) Follow-On Requirements – RFI Special Notice
    Dept Of Defense
    The U.S. Army Space and Missile Defense Command (USASMDC) is issuing a Request for Information (RFI) regarding the follow-on requirements for the Reagan Test Site (RTS) Operations, Sustainment, Improvement, and Engineering (ROSIE) contract. This RFI aims to gather market research and planning insights for anticipated contractor support services at the RTS, which is critical for ballistic missile testing and space operations, located on Kwajalein Atoll and in Huntsville, Alabama. Key requirements include security clearances, mission support for various technical services, and addressing challenges posed by the remote and corrosive environment of Kwajalein. Responses to this RFI are due by December 17, 2025, and interested U.S. companies should direct inquiries to Shasta A. Davis or Tiffany N. Kimbrough via the provided email address.