United States Space Force Operational Test & Training Infrastructure (OTTI) Satellite Communications Services Contract (CTC0388) Request for Information/Sources Sought
ID: FA2541-25-010Type: Sources Sought
Overview

Buyer

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

NAICS

Satellite Telecommunications (517410)

PSC

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

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Defense, through the United States Space Force, is seeking industry input for the Operational Test & Training Infrastructure (OTTI) Satellite Communications Services Contract (CTC0388). This procurement aims to provide essential Ku and C Band bandwidth to support testing and evaluation for Delta 11 operations across the Continental United States (CONUS) and Hawaii, with a focus on ensuring high operational availability and compliance with communication standards. The anticipated contract includes a 12-month base period starting November 1, 2025, with options for two six-month extensions, and interested vendors must submit their responses to the Request for Information (RFI) by July 9, 2025. For further inquiries, vendors can contact John Seacrist at john.seacrist@spaceforce.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The United States Space Force is seeking industry input through a Request for Information (RFI) to enhance its acquisition strategy for the Operational Test & Training Infrastructure (OTTI) program involving satellite communications. Vendors are invited to submit specific, well-documented responses, rather than generic capability statements, relating to their ability to provide transponded bandwidth in Ku and C Bands for testing and evaluation purposes in the Continental United States and Hawaii. The anticipated contract includes a 12-month base period starting November 1, 2025, with two optional six-month extensions. Key areas of inquiry include vendors' capabilities to fulfill required bandwidth specifications, provide cost estimates, and ensure compliance with communication standards. Additional topics include occasional use capacity, subcontracting needs, and potential bid limitations. The submission deadline is July 9, 2025. The government emphasizes that responses will be used for informational purposes only, and vendors are responsible for any associated costs. Ultimately, this RFI aims to inform a formal solicitation process while adhering to federal procurement guidelines.
    The Performance Work Statement (PWS) outlines the requirements for the United States Space Force's Operational Test & Training Infrastructure (OTTI) Program, specifically for Delta 11 Satellite Communications Services. The contract seeks to provide mandatory satellite bandwidth (144 MHz in Ku-band and 72 MHz in C-band) for testing and evaluation across the Continental United States (CONUS) and Hawaii, with options for additional bandwidth as needed. Key tasks include monitoring service availability, network operations, handling electromagnetic interference (EMI), and reporting incidents. The contractor must ensure a high operational availability (99.999%) for services, provide technical support, and aid in resolving interference issues, documenting findings promptly. Deliverables include monthly status reports, compliance with frequency clearance processes, and readiness for emergency service conditions during the set performance period of 12 months with possible extensions. The contractor's responsibilities also cover providing tools for calculating communication link budgets and supporting various government exercises linked to satellite operations. Emphasizing the importance of secure communications, the document stipulates the need for compliance with Information Assurance regulations. Overall, this comprehensive PWS serves to establish a structured approach toward advancing satellite communications capabilities crucial for national defense operations.
    The document addresses various questions related to a government Request for Information (RFI) associated with transponder capacity and requirements. Clarifications were sought regarding the definitions of 'minimum' and 'desired' performance capacities, which are outlined in the Performance Work Statement (PWS) sections 2.2.1 and 2.2.2. The responses indicate that 'minimum' represents the absolute performance standard, while 'desired' reflects the preferable values. Additionally, it clarifies the submission format for responses: while the response to questions may have no page limit, the Capabilities Statement must not exceed 15 pages. For geographical coverage, it specifies the use of Nautical Miles for the distance from the California Border into the Pacific Ocean. Lastly, it states that the licensing term for the Link Budget Tool software must coincide with the duration of the contract. Overall, the document serves to clarify critical aspects of the RFI, ensuring that vendors understand the requirements for submitting their proposals in accordance with government standards.
    Similar Opportunities
    Operational Test and Training Infrastructure (OTTI) Commercial Solutions Opening (CSO)
    Dept Of Defense
    The United States Space Force (USSF) is issuing a Commercial Solutions Opening (CSO) for the Operational Test and Training Infrastructure (OTTI), seeking innovative solutions for space test, training, exercises, and related infrastructure. The procurement aims to acquire advanced commercial products, technologies, and services, particularly focusing on specific Areas of Interest (AOIs) such as Continuous Fitness Assessment, Multirole Satellite Frequency In-field Test Suite, and enhancements to the National Space Test and Training Complex. Interested offerors are invited to participate in a multi-phased submission process, with key deadlines for submissions extending into December 2025, and are encouraged to contact Crystal Price or Cassie DeBree for further information regarding the solicitation and requirements.
    USSF COMSATCOM CSCO Forecast to Industry Future Requirements Fiscal Year (FY) 2026 (as of Oct 2025)
    Dept Of Defense
    The United States Space Force (USSF) is seeking industry input regarding future requirements for Commercial Satellite Communications (COMSATCOM) for Fiscal Year 2026. The procurement will focus on potential Requests for Proposals (RFPs) and Requests for Quotes (RFQs) related to satellite communication capabilities, which include services such as COMSATCOM Transponded Capacity, Subscription Services, and Complex Commercial SATCOM Solutions. This initiative is critical for enhancing satellite communication capabilities, which support various military operations and strategic objectives. Interested parties can reach out to John Seacrist at john.seacrist@spaceforce.mil for further information, with the forecast document being current as of September 30, 2025.
    USSF Commercial Satellite Communications (COMSATCOM) Forecast to Industry Future Requirements Fiscal Year (FY) 2025-2026
    Dept Of Defense
    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.
    Operational Support Airlift/Executive Airlift Combined Commercial Satellite Communications Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking to award a sole source contract for Operational Support Airlift/Executive Airlift Combined Commercial Satellite Communications Services. This contract aims to provide global communications connectivity for U.S. Senior Leaders aboard the OSA/EA fleet, which includes aircraft such as the VC-25A/B and C-32A, among others. The services are critical for supporting high-level government officials, including the President and Secretary of Defense, during their operations. The contract is set for a duration of two years and seven months, from April 1, 2026, to October 31, 2028, with a small business size standard of $44 million under NAICS code 517410. Interested parties can direct inquiries to John Seacrist at john.seacrist@spaceforce.mil or Karla Delaney at karla.delaney@spaceforce.mil.
    RFI for Ground Bounce NaaS
    Dept Of Defense
    The Department of Defense, through the United States Space Force Space Systems Command (USSF SSC), is seeking information from contractors regarding a Request for Information (RFI) for Network as a Service (NaaS) to support its Ground Bounce (GB) Project. The objective is to establish a secure, private transport network utilizing commercial proliferated Low Earth Orbit (pLEO) satellites, such as Starlink, to enhance connectivity for government end-user systems globally. This initiative is crucial for ensuring resilient and augmented communication capabilities, with a projected support for eight ground bounce locations and potential for future expansion based on funding availability. Interested contractors must submit a white paper and a PowerPoint presentation detailing their proposed solutions by December 12, 2025, with inquiries directed to Tobias Richards at tobias.richards.1@spaceforce.mil or Victor Vizcarra at victor.vizcarra.1.ctr@spaceforce.mil.
    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.
    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.
    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.
    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.
    Notice of Intent to Sole Source: Satellite Processing and Integration Facility Support Extension
    Dept Of Defense
    The Department of Defense, through the Space Development Agency (SDA), intends to modify a sole source contract with SpaceX for continued support of a satellite processing and integration facility. This facility is designed to accommodate up to 21 satellites and associated hardware, facilitating essential post-transport functional testing, mechanical and electrical integration, and payload encapsulation. The planned modification, valued at approximately $29.2 million, will extend the contract's performance period by one year, with an additional one-year option, and is expected to be awarded in December 2025. For inquiries, interested parties may contact the SDA Special Notice Coordinator via email at ussf.pentagon.sda.mbx.sn-26-0002@mail.mil.