Space Situational Awareness (SSA) and Space Traffic Coordination (STC) technical and operational data and services
ID: RFI-SSA-STC-2025Type: Sources Sought
Overview

Buyer

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

    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking industry input through a Request for Information (RFI) regarding potential support for Space Situational Awareness (SSA) and Space Traffic Coordination (STC) services. The objective is to gather insights on industry capabilities to inform the development of a Blanket Purchase Agreement (BPA) or indefinite delivery/indefinite quantity (IDIQ) contract that will enhance the government's ability to manage space traffic and ensure safety in space operations. This initiative is aligned with the 2018 Space Policy Directive-3, which mandates the development of a civil space traffic coordination system, TraCSS, to improve conjunction assessments and space weather analysis for satellite operators. Interested parties are encouraged to submit their capability statements, past performance, and socio-economic status by May 6, 2025, to David Marks at david.marks@noaa.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The Office of Space Commerce (OSC) issued a Request for Information (RFI) for planning purposes to gather insights on industry capabilities for supporting a potential Blanket Purchase Agreement (BPA) or indefinite delivery/indefinite quantity (IDIQ) contract related to Space Situational Awareness (SSA) efforts. This initiative aligns with the 2018 Space Policy Directive-3, mandating OSC to develop a civil space traffic coordination system, TraCSS, to ensure safety and sustainability in space operations. TraCSS integrates data from various sources, providing services like conjunction assessment and space weather analysis to satellite operators. The RFI seeks industry input on the optimal structure for a BPA or IDIQ contract, the types of data and services required, and other potential acquisition mechanisms to broaden engagement with the commercial SSA industry. Interested parties are directed to respond by May 6, 2025, with specific information including capability statements, past performance, and socio-economic status. The overarching goal is to enhance the government's procurement process for SSA data, ultimately improving space traffic management and safety.
    Similar Opportunities
    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 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.
    Satellite Optics
    Dept Of Defense
    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.
    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.
    Limited Source Justification
    Commerce, Department Of
    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.
    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.
    NOTICE OF INTENT TO NEGOTIATE A SOLE-SOURCE CONTRACT
    Commerce, Department Of
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), intends to negotiate a sole-source contract for the procurement of specialized winch control display units and associated services. The requirement includes three RPC-90x-SA-MEA-REN units and one modified RA-90x-DE-SA-D01 enclosure, along with vendor labor for configuration and installation, all to enhance the operational capabilities of NOAA vessels. These units are critical for providing accurate winch wire tension to sensitive navigation and scientific equipment, ensuring reliability and compatibility with existing systems. Interested parties who can provide these specific products and services must submit a statement of capabilities, including OEM authorization and pricing, by 5:00 PM EST on December 16, 2025, to Alexander Cancela at alexander.cancela@noaa.gov.
    Space-to-Space (S2S) Communication Broad Agency Announcement (BAA)
    Dept Of Defense
    The Department of Defense, through the Space Systems Command (SSC), is issuing a Broad Agency Announcement (BAA) for advanced technology projects focused on Space-to-Space Communication and Space Networking. The primary objectives are to enhance capabilities in proliferated low Earth orbit (pLEO) communications and networking, addressing urgent national security needs in a contested space environment. This initiative is critical for developing resilient space capabilities that support national interests and counter emerging threats, with a performance period of 60 months starting September 15, 2025. Interested parties, including small and large businesses, non-profits, and academic institutions, are encouraged to submit white papers for Call 1.1 by October 6, 2025, and for Call 1.2 by December 17, 2025. For further inquiries, contact Melanie Gipson at melanie.gipson@spaceforce.mil or Tobias Richards at tobias.richards.1@spaceforce.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.
    F--Southeast Fisheries Observer Programs
    Commerce, Department Of
    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 an indefinite delivery indefinite quantity (IDIQ) contract. The procurement aims to secure qualified observers to collect critical environmental, biological, and fisheries data to support marine resource management and conservation efforts. This contract, valued at a maximum of $24,837,381.52, includes both Firm Fixed Price and Time and Materials components, emphasizing the importance of scientific integrity and compliance with various regulations. Interested small businesses must submit their proposals, including past performance questionnaires, by January 10, 2026, with inquiries directed to Carina Topasna at Carina.Topasna@noaa.gov or by phone at 206-526-6350.