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
    Description

    The Department of Defense, through the United States Marine Corps (USMC), is seeking proposals for the Enterprise Commercial Satellite Services (MECS2) contract, aimed at providing transponded bandwidth capacity and managed services across various satellite transmission frequency bands. This procurement is critical for achieving global coverage and delivering high-capacity services, including Worldwide Internet Protocol (IP) backhaul to the Department of Defense Information Network (DoDIN), while also encompassing program management support and bandwidth management tools. Interested contractors must submit their proposals by July 10, 2025, adhering to specific submission guidelines outlined in the solicitation documents, with the contract expected to be awarded as a single Indefinite Delivery, Indefinite Quantity (IDIQ) contract. For inquiries, potential offerors can contact Anar Wagner at anar.wagner@spaceforce.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    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.
    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.
    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.
    The FA2541-25-R-B005 RFP outlines the instructions for offerors regarding the United States Marine Corps' Enterprise Commercial Satellite Services (MECS2) contract vehicle. The solicitation, specifically Amendment 3, requires proposals to be submitted in four distinct volumes: Executive Summary, Technical and Management Approach, Price, and Contract Documentation. Offerors must adhere strictly to submission guidelines, including page limits and formatting requirements, to avoid unfavorable evaluations or disqualification. Proposals are due by July 10, 2025, and should be comprehensive, demonstrating an understanding of the requirements and the ability to meet them effectively. The technical volume is particularly crucial, requiring a clear depiction of the offeror's approach and methodology across various subfactors. Pricing must be competitive, detailed, and justifiable, with all relevant figures rounded appropriately. The government anticipates a single award contract with a performance period running from September 17, 2025, to September 16, 2032. This document serves as a guide for interested offerors, emphasizing compliance with government standards and requirements for successful proposal submission.
    The document is an Instruction to Offerors (ITO) related to the U.S. Marine Corps' Enterprise Commercial Satellite Services (MECS2) contract under solicitation #FA2541-25-R-B005. It provides detailed guidance for proposal preparation, emphasizing the importance of adhering to specifications to avoid unfavorable evaluations. Offerors must submit four volumes: Executive Summary, Technical and Management Volume, Price Volume, and Contract Documentation, with set page limits for certain sections. Key elements include the requirement for clarity, conciseness, and thoroughness in addressing technical requirements. Proposals are due by June 2, 2025, with certain specifics regarding contract clauses, debriefings, and communication protocols outlined. The award is expected on September 17, 2025, encompassing a performance period from September 17, 2025, to September 16, 2032, which includes various base and option years. This RFP reflects standard procedures for selecting contractors in federal acquisitions, aiming for compliance and competitive pricing while ensuring adequate evaluation and oversight.
    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.
    The document details the Request for Proposals (RFP) for the United States Marine Corps (USMC) Enterprise Commercial Satellite Services (MECS2) contract. It outlines evaluation factors for awarding contracts under solicitation FA2541-25-R-B005, emphasizing a full and open competition in line with the Federal Acquisition Regulation (FAR). The evaluation focuses on three primary factors: technical/management acceptability, past performance, and price. Technical and management considerations carry the most weight, assessing the offeror’s ability to meet specific performance work statement (PWS) requirements. Proposals deemed unacceptable will not progress, while those that demonstrate acceptable or better ratings may trade higher costs for superior technical approaches. Past performance evaluations consider recent, relevant history of similar work, with an assessment of quality leading to a performance confidence rating. Price assessment includes evaluations for reasonableness and potential unbalanced pricing, aimed at ensuring fair competitive pricing. The contract structure aims to secure efficient service delivery while maintaining rigorous requirements and standards throughout the selection process, underscoring the USMC’s commitment to operational excellence and strategic value in contract awards.
    The document outlines the evaluation factors for awarding contracts under the United States Marine Corps' Enterprise Commercial Satellite Services (MECS2) initiative, as part of Solicitation #FA2541-25-R-B005. It details the basis for award, indicating a full and open competition as per federal regulations, with the aim of selecting the offeror that provides the best value based on a tradeoff of technical/management approach, price, and past performance. Key evaluation factors include: 1. **Technical/Management Acceptability**, which assesses the offeror’s approach in detail across subfactors such as transponded space segment coverage, managed services, and bandwidth management. Proposals must demonstrate the ability to fulfill all specified requirements to be considered acceptable. 2. **Past Performance**, evaluating the offeror’s history in similar contracts based on recency, relevance, and quality. 3. **Price Evaluation Factor**, focusing on the reasonableness and balance of pricing proposals. An offeror must achieve acceptable ratings in all non-price factors to be deemed awardable, with the possibility of selecting higher-priced offers if they represent the best value. This structured evaluation ensures that the Government aligns with its objectives for operational readiness and service quality in satellite communications.
    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.
    The Department of the Air Force's United States Space Force has issued Request for Proposal (RFP) FA2541-25-R-B005 for Marine Enterprise Commercial Satellite Services (MECS2). This competitive acquisition is open to all contractors registered on SAM.gov, with no set-asides and a proposed single award Indefinite Delivery, Indefinite Quantity (IDIQ) contract structure. Offerors must submit proposals detailing their technical and management approach, past performance, and pricing by June 2, 2025. A Total Evaluated Price template must also be completed. The emphasis is on delivering the best value to the government while adhering to the Solicitation's requirements. Proposals should provide discounted pricing if applicable, and offerors are reminded to disclose any potential Organizational Conflicts of Interest. All questions regarding the RFP must be directed to the Contracting Officer, Anar Wagner, by the specified deadline for inquiries. This RFP does not authorize performance commencement and carries no obligation for incurred proposal costs. The solicitation encompasses various prerequisites and guidelines to ensure compliance and transparency in the proposal process.
    The Department of the Air Force is issuing a Request for Proposal (RFP) for Marine Enterprise Commercial Satellite Services (MECS2) under contract FA2541-25-R-B005. This competitive acquisition will be awarded as a single Indefinite Delivery, Indefinite Quantity (IDIQ) contract to the responsible Offeror, whose proposal meets the requirements outlined in the Performance Work Statement. The initiative is open to all registered contractors on SAM.gov, classified under NAICS 517410. Offerors must submit proposals detailing their technical and management approach, pricing, and past performance by the deadline of July 10, 2025. Key documents, including performance metrics and pricing templates, will be provided via SAM.gov. Offerors are encouraged to address any conflicts of interest with the Contracting Officer, Anar Wagner, and handle all inquiries through him by May 1, 2025, after which questions will no longer be considered. The RFP emphasizes the importance of adherence to established procedures and the need for SAM registration throughout the contract lifecycle. It is also stated that this RFP does not obligate government funding for proposal development, emphasizing that formal contractual agreements will follow a selective awarding process. Overall, this solicitation reflects the government's intention to secure commercial satellite services in a structured, competitive manner.
    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.
    The Department of the Air Force, through the United States Space Force, has issued a Request for Proposal (RFP) for Marine Enterprise Commercial Satellite Services (MECS2), under the contract FA2541-25-R-B005. This competitive acquisition operates under an Indefinite Delivery, Indefinite Quantity (IDIQ) contract framework, open to all contractors registered on SAM.gov. Key objectives include providing a thorough technical/management proposal, pricing, and past performance history, particularly focusing on value to the Government and technical compliance. The anticipated contract type is Firm-Fixed Price IDIQ, with necessary documentation submitted by June 16, 2025. Offerors should include any potential discounts and must ensure no Organizational Conflicts of Interest exist. Questions and answers must be directed to the Contracting Officer by May 1, 2025, and all communication should be channeled through the designated official. The document underscores the significance of governmental procurement protocols and the necessity for compliance with solicitation requirements, emphasizing the importance of official notifications for proposal submissions and clarifications.
    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 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.
    Consolidated Standard Inmarsat Broadband Global Area Network (BGAN) and Global Xpress (GX) Services for the Department of Defense (DoD) and Federal Agencies
    Dept Of Defense
    The Department of Defense, through the Defense Information Systems Agency (DISA), is seeking to establish a Blanket Purchase Agreement (BPA) Bridge for Consolidated Standard Inmarsat Broadband Global Area Network (BGAN) and Global Xpress (GX) Services. This procurement aims to provide essential telecommunications services to the DoD and other federal agencies, ensuring reliable and efficient connectivity for various operations. The services are critical for maintaining communication capabilities in diverse environments, supporting both operational and strategic missions. Interested vendors can reach out to primary contact Jenalle L. Hilmes at jenalle.hilmes@disa.mil or by phone at 618-418-6585, or secondary contact Ashley T. Hubert at ashley.t.hubert.civ@mail.mil or 618-418-6249 for further details.
    Network Services – AFRICOM CENTCOM EUCOM (NS-ACE) MAC IDIQ
    Dept Of Defense
    The Department of Defense, through the Defense Information Systems Agency (DISA), is preparing to issue a presolicitation notice for the Network Services – AFRICOM CENTCOM EUCOM (NS-ACE) Multiple Award Contract (MAC) Indefinite Delivery Indefinite Quantity (IDIQ). This procurement aims to replace the existing Global Network Services contracts and will provide essential capabilities to the Defense Information Systems Network (DISN) for the United States Africa Command (AFRICOM), Central Command (CENTCOM), and European Command (EUCOM) Areas of Responsibility (AORs). The contract will be structured as a firm-fixed price IDIQ, with an estimated performance period from June 11, 2026, to June 10, 2036, and will involve multiple awardees competing for individual task orders based on technical capability and past performance. Interested parties can reach out to Kacee Copus at kacee.l.copus.civ@mail.mil or Paige Heimann at paige.v.heimann.civ@mail.mil for further information, with a formal Request for Proposal expected to be issued around January 31, 2025.
    Reaward a 3 MB Commercial Circuit Intra-Europe.
    Dept Of Defense
    The Department of Defense, through the Defense Information Systems Agency (DISA), is seeking quotes for the re-award of a 3 MB Commercial Circuit Intra-Europe service. This procurement is aimed at telecommunications providers who can meet the specified requirements for commercial items, as outlined in the combined synopsis/solicitation notice. The service is crucial for maintaining effective communication and connectivity within the European theater, ensuring operational readiness and support for defense activities. Interested vendors must submit their quotes, which will be evaluated based on the lowest price technically acceptable (LPTA) criteria, and should direct inquiries to Karie Kapise or Sarah Tyler via their provided email addresses. The solicitation does not have a small business set-aside, and all submissions must comply with the specified terms and conditions.
    Capacity as A Service (CaaS)
    Dept Of Defense
    The Department of Defense, through the Marine Corps Installations Command (MCICOM), is seeking small business vendors to provide Capacity as a Service (CaaS) to support its Research, Development, Testing, and Evaluation (RDT&E) core infrastructure and data centers. The procurement aims to modernize the Marine Corps' computing, networking, and storage resources, ensuring compatibility with various operating systems and adherence to Department of Defense security requirements. This initiative is crucial for enhancing the operational capabilities of the Marine Corps' laboratory environments and data centers, aligning with the Data Center Optimization Initiative (DCOI). Interested vendors must submit their responses by January 4, 2025, and can direct inquiries to Kevin D. Guertin at kevin.guertin@usmc.mil or Kellie Holley at kellie.holley@usmc.mil.
    Wireless Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is seeking to procure wireless services through task orders M0026323F0013, M0026323F0014, and M0026323F0015, which will be awarded to the current vendor, Verizon. This procurement is necessitated by the unavailability of the new Spiral 3 contract, which does not allow sufficient time for a competitive solicitation and evaluation process, thus limiting the contract duration to one year. Wireless services are critical for maintaining effective communication and operational capabilities within military operations. Interested parties can reach out to Randy L. Wentworth at randy.wentworth@usmc.mil or 843-228-2703, or Rodney Small at rodney.c.small@usmc.mil or 843-228-2151 for further information.
    Satellite Television Service Accounts for USCG Heartland District
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the United States Coast Guard (USCG) Heartland District, is seeking qualified vendors to provide and manage satellite television service accounts for designated shore sites and afloat units. The contractor will be responsible for managing existing accounts with providers such as DirecTV, Dish Network, and Spectrum, ensuring the delivery of basic service along with three premium packages, including a sports package and NFL Sunday Ticket, in compliance with USCG policy. This service is crucial for maintaining morale and entertainment for personnel both in port and underway. Interested vendors should contact Wesley Hanna at Wesley.K.Hanna@uscg.mil or Ryan Difernando at Ryan.A.Difernando@uscg.mil for further details, with the anticipated contract period running from September 9, 2026, to August 31, 2027, and options for four additional years.
    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.