United States Marine Corps (USMC) Enterprise Commercial Satellite Services (MECS2)
ID: FA2541-25-R-B005Type: Solicitation
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)
Timeline
  1. 1
    Posted Mar 25, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 27, 2025, 12:00 AM UTC
  3. 3
    Due Apr 30, 2025, 7:00 PM UTC
Description

The Department of Defense, through the United States Space Force, is soliciting proposals for the Marine Enterprise Commercial Satellite Services (MECS2) program, aimed at securing a single Indefinite Delivery, Indefinite Quantity (IDIQ) contract for satellite telecommunications services. This procurement seeks transponded bandwidth capacity and managed services that leverage various satellite transmission frequency bands, providing global coverage and supporting the Department of Defense Information Network (DoDIN) with essential bandwidth management and monitoring tools. The contract is critical for ensuring reliable communication capabilities for military operations, with proposals due by June 2, 2025, and an anticipated award date of September 17, 2025. Interested contractors should direct inquiries to Anar Wagner or Quentin Fields via their provided email addresses.

Point(s) of Contact
Files
Title
Posted
Mar 27, 2025, 7:05 PM UTC
The document pertains to a federal Request for Proposals (RFP) aimed at seeking qualified contractors to provide specific services for a government initiative. Key elements include the rationale behind questions raised by potential offerors, which address clarification on project requirements, expectations, and evaluation criteria. The responses provided aim to ensure transparency and enhance understanding of the project's scope, aligning offerors' proposals with the government's objectives. It emphasizes the importance of thorough communication between the government and offerors to facilitate robust and compliant submissions. The structured format highlights a question-and-answer approach, which aids bidders in grasping essential contract details, compliance standards, and service delivery outcomes. This initiative underlines the government's commitment to effective procurement practices and the necessity for adherence to federal and state regulations within contracting processes.
Mar 25, 2025, 6:05 PM UTC
The document outlines the Instructions to Offerors (ITO) for the solicitation FA2541-25-R-B005, issued by the United States Marine Corps for the Enterprise Commercial Satellite Services (MECS2) contract. It emphasizes that offerors must submit a fully compliant proposal including an Executive Summary, Technical and Management Approach, Cost/Price Volume, and Contract Documentation, all adhering to specified page limits and formats. Key segments detail the structure and requirements for each proposal volume, with explicit guidelines for organization, submission, and evaluation criteria. The Government aims to award a single Indefinite Delivery, Indefinite Quantity (IDIQ) contract based on the proposals' adequacy without further discussion. Establishing a clear communication channel with designated officials for inquiries is mandated. The proposal deadline is April 30, 2025. Offerors must ensure they possess the requisite facility clearance and must present all pricing data in a clear, organized manner. This RFP highlights the Marine Corps' commitment to acquiring comprehensive satellite services while maintaining transparency and compliance throughout the procurement process.
Mar 27, 2025, 7:05 PM UTC
The document is an Instruction to Offerors (ITO) for the United States Marine Corps (USMC) Enterprise Commercial Satellite Services (MECS2) proposal solicitation (FA2541-25-R-B005). It outlines the proposal preparation instructions for eligible offerors, emphasizing the requirement for a single proposal submission that adheres to strict organizational and content guidelines. The proposal consists of four main volumes: Volume I - Executive Summary, Volume II - Technical and Management Approach, Volume III - Cost/Price, and Volume IV - Contract Documentation, each with specific page limits and content directives. Key details include the deadlines for submission, page limitations (up to 40 pages for the technical volume), and specific formatting requirements. The Government stresses the importance of clarity, completeness, and compliance with all instructions, including a focus on price realism and unbalanced pricing. The anticipated award date is set for September 17, 2025, with a performance period extending to September 16, 2032. This procurement aims to secure a single Indefinite Delivery, Indefinite Quantity (IDIQ) contract for satellite services, requiring comprehensive proposals detailing technical capabilities, price structures, and relevant certifications from offerors.
Mar 27, 2025, 7:05 PM UTC
The document FA2541-25-R-B005 outlines the Evaluation Factors for Award related to the U.S. Marine Corps' Enterprise Commercial Satellite Services (MECS2) contract. The solicitation is based on full and open competition, following federal acquisition regulations. The basis for award utilizes a tradeoff methodology, prioritizing technical/management approach, cost/price, and past performance, with an emphasis on providing the best value. Nine technical/management subfactors are specified, including transponded space segment coverage, managed services, infrastructure, bandwidth management, information assurance, and transition support. Past performance evaluations focus on relevance, recency, and quality, determining the offeror's confidence in successfully meeting contract requirements. The price evaluation emphasizes the need for completeness, reasonableness, and the absence of unbalanced pricing, with the total evaluated price being a key consideration in award decisions. The government may award a contract to a proposal that, despite higher costs, provides superior technical solutions. Offerors must present well-structured and compliant proposals to maintain eligibility, as any grossly deficient submissions may be excluded from consideration.
Mar 25, 2025, 6:05 PM UTC
The Department of the Air Force's United States Space Force has issued a Request for Proposal (RFP) for Marine Enterprise Commercial Satellite Services (MECS2). This is a competitive acquisition, seeking a single award Indefinite Delivery, Indefinite Quantity (IDIQ) contract. The solicitation is open to all contractors registered on SAM.gov, with the intent to choose an offeror based on the best value to the government and compliance with the solicitation requirements. Proposals must detail the technical and management approach, pricing, and past performance relative to the Performance Work Statement. The submission deadline is April 30, 2025, by 3 pm ET, with questions directed to the Contracting Officer before March 31, 2025. Offerors are advised to register with SAM, submit discounted pricing if available, and ensure conformity with the specified guidelines. The RFP emphasizes that it does not authorize performance initiation and highlights that the government has the discretion to not award any contract. This process indicates a structured approach to acquiring satellite services, ensuring thorough evaluation and compliance with federal procurement protocols.
Mar 27, 2025, 7:05 PM UTC
The Department of the Air Force, through the United States Space Force, has issued a Request for Proposal (RFP) for the Marine Enterprise Commercial Satellite Services (MECS2) program. This competitive solicitation seeks a single award Indefinite Delivery, Indefinite Quantity (IDIQ) contract, emphasizing that all contractors registered on SAM.gov are eligible to apply. The North American Industry Classification System (NAICS) code for this procurement is 517410. Offerors must submit a detailed proposal that includes a technical/management approach, pricing, and past performance, aligning with the Performance Work Statement (PWS). The proposal's best value will be evaluated based on conformity to requirements and technical acceptability. The contract is projected to be Firm-Fixed Price, and bidders are encouraged to propose discounted prices when feasible. All communications regarding this RFP should be directed to the Contracting Officer, with a cut-off for questions set on April 10, 2025, and proposal submissions due by June 2, 2025. The RFP is not an authorization to begin work and does not obligate the Government for incurred proposal costs. The final contract will only be authorized by a formal contractual document from the Contracting Officer.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
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.
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.
Request for Information (RFI) - Global Communications Backhaul Solution
Buyer not available
The Department of Defense, specifically the Space Rapid Capability Office, is seeking information and proposals for a Global Communications Backhaul Solution to connect to Schriever Space Force Base in Colorado. The primary requirements include a symmetrical bandwidth of 2Gbps, low latency for WAN transports utilizing Satellite Communications (SATCOM), and a fully redundant system with automatic failover capabilities. This initiative is crucial for enhancing operational readiness and advanced telecommunication capabilities within defense operations, supporting applications such as data transfer, VoIP, and video conferencing. Interested telecommunications providers must submit their responses electronically by July 1, 2025, to Jennifer Wilterdink at jennifer.wilterdink.1@spaceforce.mil and Cari Forrester at cari.forrester.ctr@spaceforce.mil, with detailed cost breakdowns and provider qualifications included in their submissions.
Military Satellite Communication (MILSATCOM) Request for Information (RFI)
Buyer not available
The Department of Defense, through the Department of the Air Force, is issuing a Request for Information (RFI) regarding Military Satellite Communication (MILSATCOM) systems aimed at supporting a Partner Nation in the European Command area. This RFI seeks industry estimates on the design and costs for a comprehensive MILSATCOM solution, which includes satellites, mission control centers, and user terminals, with an emphasis on high data throughput, resilience to threats, and integration with European secure connectivity initiatives. The initiative is crucial for enhancing military communications capabilities alongside allied nations, ensuring robust and secure communication against potential jamming threats. Interested vendors must submit detailed capabilities, costs, and schedules by May 1, 2025, and can direct inquiries to SSC IA Market Research at ssc.iaf.marketresearch@spaceforce.mil.
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.
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.
Amend 0002: RFQ: NALLA/ALLA requirement to start a 10.709GB (OTU-2) commercial lease within Europe.
Buyer not available
The Department of Defense, through the Defense Information Systems Agency (DISA), is seeking quotations for a commercial lease under the NALLA/ALLA requirement to initiate a 10.709GB (OTU-2) service within Europe. This procurement aims to secure telecommunications services, specifically satellite communications and telecom access, which are critical for operational effectiveness in military and defense contexts. The solicitation is structured as a request for quote (RFQ) and is subject to a lowest price technically acceptable (LPTA) evaluation process, with a close date extended to April 18, 2025. Interested vendors must ensure they are registered under the appropriate NAICS code (517111) and provide their UEI or CAGE code for access to the solicitation documents; inquiries can be directed to primary contact Gretchen Figgins at gretchen.l.figgins.civ@mail.mil or secondary contact Chad DeVries at chad.w.devries.civ@mail.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.
PROVIDE, INSTALL, AND MAINTAIN A 2.488GB WAVE LEASE SERVICE BETWEEN 1. BLDG 942, ROOM 115, 101 EAST KIRKPATRICK AVE, MAXWELL AFB, AL.(MXWLLAFB/CCI) 2. BLDG 44, FRAME ROOM, 104 WEST CHOCTAWAHATCHEE, EGLIN AFB, FL (EGLINAFB/CCI)
Buyer not available
The Department of Defense, through the Defense Information Systems Agency (DISA), is seeking proposals for the provision, installation, and maintenance of a 2.488 GB Wave Lease service connecting Maxwell Air Force Base in Alabama to Eglin Air Force Base in Florida. This procurement aims to enhance telecommunications infrastructure, ensuring reliable connectivity and compliance with stringent technical requirements, including a minimum service availability of 99.5%. Interested vendors must submit their quotes by April 21, 2025, with the service operational by August 19, 2025; proposals will be evaluated based on price and technical acceptability. For further inquiries, interested parties may contact Jennifer Voss or Angelina Hutson via email at jennifer.n.voss.civ@mail.mil and angelina.hutson.civ@mail.mil, respectively.
PROVIDE, INSTALL, AND MAINTAIN A 2.5GB WAVE SERVICE BETWEEN BLDG 168, ROOM 141, 168 IZZEA STREET, OTIS ANGB, MA AND BLDG 1646A, FRAME ROOM, 81 GRENIER STREET, HANSCOM AFB, MA.
Buyer not available
The Department of Defense, through the Defense Information Systems Agency (DISA), is soliciting proposals for the provision, installation, and maintenance of a 2.5GB wavelength service between two military locations in Massachusetts. The procurement aims to enhance telecommunications infrastructure critical for military operations, requiring compliance with specific technical standards and operational redundancy to ensure reliability. Contractors must submit detailed proposals that include installation methods and adherence to Federal Acquisition Regulation (FAR) clauses, with a deadline for quotes set for May 12, 2025, and a service commencement date expected by September 6, 2025. For further inquiries, interested parties may contact Jennifer Voss or Kristina Hoff via email.