Request For Information (RFI): National Oceanic and Atmospheric Administration (NOAA) Commercial Enterprise Operations and Ground System Service
ID: NOAA_C-EOGSS_RFIType: Sources Sought
Overview

Buyer

COMMERCE, DEPARTMENT OFNATIONAL OCEANIC AND ATMOSPHERIC ADMINISTRATIONDEPT OF COMMERCE NOAASILVER SPRING, MD, 20910, USA

NAICS

Engineering Services (541330)

PSC

SUPPORT- PROFESSIONAL: ENGINEERING/TECHNICAL (R425)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Commerce's National Oceanic and Atmospheric Administration (NOAA) is seeking information from commercial vendors regarding the provision of satellite operations and ground system services for its Joint Polar Satellite System (JPSS), Geostationary Operational Environmental Satellites (GOES)-R, and Space Weather Follow On-Lagrange 1 (SWFO-L1) constellations. The objective of this Request for Information (RFI) is to explore opportunities for reducing operational costs through the commercialization of satellite command and control functions, as well as to support future JPSS missions planned for launch in fiscal years 2028 and 2033. This initiative is critical for enhancing NOAA's satellite operations capabilities and ensuring efficient management of its environmental monitoring systems. Interested parties are encouraged to submit their responses by November 3, 2025, and can direct inquiries to Sarah McKim at SARAH.MCKIM@NOAA.GOV or Keami Estep at keami.estep@noaa.gov.

    Files
    Title
    Posted
    The document provides instructions and a format for submitting price data in response to an RFI, likely for federal grants or RFPs. It details how offerors should break down all proposed price elements, including personnel costs (name, title, hourly rate, hours, or percentage of effort for pools), material and supply costs (unit prices, detailed calculations, and breakdowns for items over $1,000), and other direct costs. Justifications for specific cost elements can be attached. The format includes tables for labor breakdown by position, activity, estimated hours, and hourly rates for transition and operations. It also outlines a structure for fixed-price elements, overall operations transition costs, and command, control, and communications costs, distinguishing between direct labor and other direct costs. The document requires a detailed breakdown of quantities and unit prices for a base period and up to nine option periods, emphasizing transparency and comprehensive cost reporting.
    This RFI from NOAA addresses the acquisition of commercially-provided Command, Control, and Communication Services for satellite operations, encompassing the JPSS, GOES-R, and SWFO-L1 constellations. It clarifies that this is a new requirement with no incumbent vendors and no estimated contract value. The deadline for responses has been extended to November 3, 2025. The RFI focuses on reducing operational costs through commercialization of satellite command and control functions, not on science products (L0, L1, L2+). Respondents can address subsets of missions or ground system functions, but the government is interested in end-to-end mission operations. The RFI also defines a primary satellite failure, outlines government-furnished property and SME support, and clarifies that the government will not transition existing international or federal agreements to commercial vendors. The RFI does not scope for an integrator but seeks an independent commercially-provided service, with vendors responsible for delivering Science Mission Data to the government's existing cloud-based systems. The pricing attachment is flexible, and the RFI requests assumptions for transitioning operations for all three missions within a single calendar year.
    NOAA's Request for Information (RFI) seeks commercial solutions for satellite operations and ground system services to reduce costs and enhance capabilities for the Joint Polar Satellite System (JPSS), Geostationary Operational Environmental Satellites (GOES)-R, and Space Weather Follow On-Lagrange 1 (SWFO-L1) constellations. NOAA is exploring commercialization under FAR Part 12, including transitioning current on-orbit operations and supporting future JPSS missions. The RFI specifies detailed performance and latency requirements for each constellation, emphasizing the need for commercial vendors to meet or exceed these standards. Vendors are asked to propose capabilities for Command, Control, and Communications Segment (C3S) using physical or FedRAMP-approved cloud services, integrate commercial operations and engineering staff, and maximize commercial ground system functionality. Responses should include reference architectures, business models, cost estimates, transition plans, and risk mitigation strategies. The RFI also outlines potential Government Furnished Property (GFP) and encourages participation from both large and small businesses, with submissions due by November 3, 2025.
    NOAA's Request for Information (RFI) seeks to explore commercial capabilities for operating and maintaining its Joint Polar Satellite System (JPSS), Geostationary Operational Environmental Satellites (GOES)-R, and Space Weather Follow On-Lagrange 1 (SWFO-L1) constellations. The RFI, issued for planning purposes, aims to identify opportunities for cost reduction through commercialization of satellite operations and ground system services, including command, control, and communications, as well as operational and engineering staff support. NOAA is interested in how vendors can meet or exceed performance and latency requirements for these missions, including future JPSS launches through FY2040. Respondents are asked to submit reference architectures, business models, transition plans, risk assessments, and Rough Order of Magnitude (ROM) cost estimates by October 3, 2025. NOAA encourages responses from both large and small businesses, seeking details on their capabilities, proposed solutions, and potential use of Government Furnished Property (GFP) and existing government infrastructure.
    Similar Opportunities
    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.
    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.
    Request for Information (RFI) Space Domain Awareness (SDA) Geosynchronous Wide Field of View (WFOV) Electro-Optical (EO) Sensor
    Buyer not available
    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.
    Southeast Fisheries Observer Programs
    Buyer not available
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking proposals for the Southeast Fisheries Observer Programs and Platform Removal Observer Program through a total small business set-aside contract. The procurement involves providing qualified observers to collect critical environmental, biological, and fisheries data to support marine resource management and conservation efforts, with a focus on compliance with various regulations. This indefinite delivery indefinite quantity contract has a maximum order limit of $24,837,381.52 and includes both Firm Fixed Price and Time and Materials components, with a performance period spanning five years from April 1, 2026, to March 31, 2031. Interested parties should direct inquiries to Carina Topasna at Carina.Topasna@noaa.gov, and must submit past performance questionnaires by January 10, 2026, at 2:00 PM Pacific time.
    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.
    Satellite Optics
    Buyer not available
    The Department of Defense, through the Naval Research Laboratory (NRL), is seeking information from potential sources for small satellite survey optics as part of a Request for Information (RFI). The objective is to identify fast, moderate-to-large aperture space telescopes suitable for deployment on Evolved Secondary Payload Adapter (ESPA)-class small satellites, aimed at enhancing optical space domain awareness (SDA) capabilities. These optics are critical for detecting objects at significant ranges while maintaining a wide field of view, with specific technical requirements including an aperture diameter of 0.1m to 0.5m, F/3 or less, and a mission life of three years or more in various orbital regimes. Interested parties are encouraged to submit a Capabilities Statement by email to Richard Waterstreet at richard.j.waterstreet2.civ@us.navy.mil, detailing their qualifications and relevant past performance, with responses due by the specified deadline. This RFI does not constitute a formal solicitation, and no awards will be made from this announcement.
    Limited Source Justification
    Buyer not available
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking to justify a limited source procurement for IT and telecom service delivery support services. This opportunity involves the provision of essential IT service management, operations center support, and project management labor, as outlined in the Limited Source Justification document. Such services are critical for maintaining NOAA's operational efficiency and ensuring the effective delivery of its technological capabilities. Interested parties can reach out to Brianna Quinn at brianna.quinn@noaa.gov or 303-497-7207, or Hillary Stansfield at hillary.stansfield@noaa.gov or 720-712-8608 for further information regarding this procurement.
    Notice of Intent to Sole Source to ORBCOMM, INC.
    Buyer not available
    The Department of Defense, specifically the Naval Information Warfare Center Pacific (NIWC Pacific), intends to award a Firm-Fixed-Price purchase order on a noncompetitive basis to ORBCOMM, INC / DBA ORBCOMM AIS LLC for satellite and terrestrial Automated Information System (AIS) data subscriptions. This procurement is critical as the Foreign Military Sales (FMS) Letters of Offer and Acceptance (LOAs) for participating nations designate ORBCOMM as the required data provider, making compliance essential to avoid breaches of contract. Interested parties who believe they can meet the requirements are encouraged to express their interest and capabilities by emailing Corbin Walters at Corbin.C.Walters.civ@us.navy.mil by December 10, 2025, at 1300 PST. All vendors must be registered with the System for Award Management (SAM) to be eligible for consideration.
    INTELLIGENCE, SURVEILLANCE, ANDRECONNAISSANCE (ISR) SYSTEMS AND INFORMATION OPERATIONS (IO) FROM SEABED TO SPACE (S2ISR)
    Buyer not available
    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.
    Justification for an Exception to Fair Oppurtunity
    Buyer not available
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking justification for an exception to fair opportunity for an order exceeding the simplified acquisition threshold. This procurement involves general science and technology research and development services, which are critical for advancing NOAA's mission in environmental monitoring and research. The opportunity is based in Silver Spring, Maryland, and interested parties can reach out to Sarah Corey at sarah.corey@noaa.gov or Darrin S Moore at Darrin.Moore@noaa.gov for further details. Additional information can be found in the attached document.