Relay Ground Station – South (RGS-S) Antenna
ID: PANNWD-25-P-0000002891Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW071 ENDIST OMAHAOMAHA, NE, 68102-4901, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

CONSTRUCTION OF RADAR AND NAVIGATIONAL FACILITIES (Y1BC)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Mar 31, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 31, 2025, 12:00 AM UTC
  3. 3
    Due Apr 30, 2025, 5:00 PM UTC
Description

The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Omaha District, is seeking small businesses to participate in the construction of the Relay Ground Station – South (RGS-S) at Schriever Space Force Base in Colorado. This project involves the development of critical infrastructure, including concrete pads, antenna foundations, equipment shelters, and power systems, which are essential for the operation of legacy and next-generation Overhead Persistent Infrared (OPIR) satellites. The RGS-S will enhance ground terminal capacity for satellite operations under the Space-Based Infrared System (SBIRS) and Next Gen programs, with an anticipated project cost between $10 million and $15 million. Interested contractors must submit their capabilities statements by April 30, 2025, and a solicitation is expected to be issued in June/July 2025. For further inquiries, contact Brian Reynolds at brian.reynolds@usace.army.mil or Monica A. McKensey at monica.a.mckensey@usace.army.mil.

Point(s) of Contact
Files
Title
Posted
The U.S. Army Corps of Engineers (USACE) Omaha District issued a Sources Sought Notice to gauge the availability of capable small and other businesses for a project at Schriever Space Force Base in Colorado. The initiative involves constructing the Relay Ground Station – South (RGS-S), which includes various infrastructure for ground terminal equipment vital for satellite operations. The anticipated project cost is between $10 million and $15 million, with a solicitation expected to be issued in June/July 2025. Interested contractors must respond by April 30, 2025, providing essential company details, and a capabilities statement reflecting experience in specific areas such as civil construction, power systems, and telecommunications infrastructure. Additionally, the document outlines the parameters for federal compliance, personnel security requirements, and encourages submissions from potential prime contractors classified under NAICS code 236220. Comments and inquiries regarding the planned solicitation are welcome but will remain confidential, emphasizing the government's intent to assess contractor viability for planning purposes.
Lifecycle
Title
Type
Sources Sought
Similar Opportunities
Construct Ground Based Strategic Deterrent (GBSD) Integrated Training Center (ITC), F.E. Warren AFB, Wyoming
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, is seeking contractors for the construction of the Ground Based Strategic Deterrent (GBSD) Integrated Training Center at F.E. Warren Air Force Base in Wyoming. The project involves building an 85,000 square foot facility that will include classrooms, administration space, virtual training capabilities, and areas for security forces training, along with high-bay spaces for maintenance training. This construction is critical for enhancing military training capabilities and will adhere to various DoD and Air Force design standards. Interested contractors must register in the System for Award Management (SAM) and the Procurement Integrated Enterprise Environment (PIEE) to access solicitation documents and submit proposals. The estimated construction cost ranges from $25 million to $100 million, with proposals due following the issuance of the solicitation, expected in the coming weeks. For inquiries, contact Brandon Landis at brandon.p.landis@usace.army.mil or John Solomon at john.s.solomon@usace.army.mil.
Repair Buildings 1508 for Space Control Facility and 1559 Admin Area
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking bids for a firm fixed-price contract to repair Buildings 1508 and 1559 at Vandenberg Space Force Base in California. This project involves providing all necessary labor, materials, and supervision for the repair of the Space Control Facility and the Admin Area, with a contract duration of 365 calendar days following the notice to proceed. The total construction cost is estimated to be between $5 million and $10 million, and the opportunity is exclusively set aside for small businesses under the NAICS code 236220. Interested contractors should note that the solicitation is expected to be issued around April 15, 2025, with a pre-bid conference tentatively scheduled for April 22, 2025. For further inquiries, contractors can contact Kristian Martin Perlas or Carmen Ridener via the provided email addresses.
21 LRS Security Cameras
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the installation of a new CCTV security system at Schriever Space Force Base in Colorado. This procurement aims to enhance the facility's security through the installation of high-resolution cameras with night vision capabilities, ensuring compliance with federal regulations and operational standards. The project is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and requires vendors to submit technical proposals, estimated delivery timelines, and financial responsibility statements by April 15, 2025, at 12:00 PM MDT. Interested parties can reach out to SSgt Joshua Stone at joshua.stone.23@spaceforce.mil or Deaven Randolph at Deaven.Randolph.1@spaceforce.mil for further inquiries.
Lightning Protection Systems Repair Building 2024 PSFB CO
Buyer not available
The Department of Defense, specifically the U.S. Space Force, is soliciting quotes for the repair of the Lightning Protection System (LPS) at Building 2024 on Peterson Space Force Base in Colorado. Contractors are required to replace wind-damaged air terminal masts and ensure compliance with national and military codes, with a project timeline of 30 days for completion. This procurement emphasizes the importance of maintaining safety standards in military infrastructure, and it is set aside for small businesses under NAICS code 238290, with a submission deadline of April 15, 2025, at 12:00 PM MT. Interested parties should direct inquiries to Aaron Smith at aaron.smith.103@spaceforce.mil or Jason Donovan at jason.donovan.1@spaceforce.mil for further details.
Final RFP GPS Engineering, Analysis, and Remote Site Sustainment III (GEARSS III)
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the Global Positioning System (GPS) Engineering, Analysis, and Remote Site Sustainment III (GEARSS III) contract. This procurement aims to secure engineering research and development services, with a focus on sustaining GPS operations at various military installations, including Schriever Space Force Base and Vandenberg Space Force Base, among others. The contract is set aside for small businesses and includes a total of 17 attachments detailing the requirements and proposal submission guidelines. Proposals are due by May 12, 2025, and interested parties should contact Matthew Buchanan at matthew.buchanan@spaceforce.mil or Christopher Cook at christopher.cook.62@spaceforce.mil for further information and access to the Bidder’s Library.
Ballistic Missile Early Warning (BMEW) and Military Satellite Communication (MILSATCOM) Request for Information (RFI)
Buyer not available
The Department of Defense, through the Space Systems Command (SSC), is issuing a Request for Information (RFI) regarding the development of Ballistic Missile Early Warning (BMEW) and Military Satellite Communication (MILSATCOM) systems. This initiative aims to gather industry feedback on capabilities for a space-based architecture that includes Remote Tracking Stations, Satellite Operation Centers, and Mission Data Processing Centers, ensuring compatibility with existing U.S. military systems. The RFI is in response to a request from a partner nation's Ministry of Defense for a comprehensive cost estimate for defense articles and services, highlighting the importance of robust military communication and ballistic missile threat detection. Interested parties must submit their responses, including capability statements and Rough Order of Magnitude (ROM) cost estimates, by May 27, 2025, to the primary contact, SSC IA Market Research, at ssc.iaf.marketresearch@spaceforce.mil.
RFI - Advanced Satellite Communication Ground Entry Point
Buyer not available
The Department of Defense, through the Space Rapid Capabilities Office (Space RCO), is seeking information from industry regarding the development of advanced satellite communication ground entry point systems. The objective is to gather insights on a multi-purpose phased array antenna technology capable of operating across S-band, L-band, and C-band frequencies, which will support various military missions, including satellite communications and telemetry. This initiative is crucial for enhancing communication services that protect space assets and support military operations. Interested vendors must submit their responses by May 23, 2025, including a detailed technical approach and relevant experience, to Jennifer Wilterdink at jennifer.wilterdink.1@spaceforce.mil.
USSPACECOM Building 1 Artwork
Buyer not available
The Department of Defense, through the U.S. Space Force's 21st Contracting Squadron, is seeking information from potential providers for artwork and branding services for Building 1 at Peterson Space Force Base in Colorado Springs, Colorado. The project involves the design, procurement, and installation of artwork that reflects the missions and heritage of USSPACECOM, with specific requirements for various wall configurations and mediums, including acrylic and metal prints. This initiative aims to enhance the aesthetic value of the command headquarters while aligning with operational themes related to space and military operations. Interested vendors must respond to the Sources Sought notice by April 9, 2025, and can direct inquiries to Cayce Moses at cayce.moses@spaceforce.mil or Amanda Davidson at amanda.davidson.5@spaceforce.mil.
25th Space Range Squadron Ku and C Band Test Support
Buyer not available
The Department of Defense, through the United States Space Force, is seeking sources for the 25th Space Range Squadron to provide Ku and C Band satellite communications services. The procurement aims to secure commercial satellite communication (COMSATCOM) transponded bandwidth to support range testing and evaluation across the continental United States (CONUS), Alaska, and Hawaii, with specific requirements for Effective Isotropic Radiated Power (EIRP) and Gain-to-Temperature Ratio (G/T) values. This opportunity is critical for ensuring effective satellite bandwidth availability to meet military communication needs, with a contract period anticipated to begin on August 15, 2025, including a 12-month base period and two optional six-month extensions. Interested vendors should submit their responses to the Request for Information (RFI) by April 18, 2025, and can direct inquiries to John Seacrist at john.seacrist@spaceforce.mil.
Peterson Space Force Base Vehicle Barrier Maintenance and Repair
Buyer not available
The Department of Defense, through the United States Space Force, is seeking quotes for a Firm Fixed Price contract for the maintenance and repair of vehicle barrier systems at Peterson Space Force Base in Colorado. The contract aims to provide preventive maintenance, inspection, and minor repairs for operational vehicle barriers, ensuring compliance with military and federal standards while enhancing the facility's security infrastructure. This initiative is critical for maintaining effective access control and safety, with a total of forty-four vehicle barriers designated for ongoing operational needs. Interested small businesses must submit their quotes by May 2, 2025, and adhere to specific formatting and content requirements, with evaluations based on a Lowest Price Technically Acceptable (LPTA) method. For further inquiries, potential bidders can contact Tiana Glenn at tiana.glenn@spaceforce.mil or Philip Choate at philip.choate.1@spaceforce.mil.