Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 20, 2025 SAM #8546
SOURCES SOUGHT

99 -- Satellite Bus Request for Information

Notice Date
4/18/2025 2:24:09 PM
 
Notice Type
Sources Sought
 
Contracting Office
FA2548 SPC RPD CPBLTS OFFC SPC RCO KIRTLAND AFB NM 87117-2413 USA
 
ZIP Code
87117-2413
 
Solicitation Number
SpRCO4182025
 
Response Due
5/2/2025 10:59:00 AM
 
Archive Date
05/17/2025
 
Point of Contact
Jennifer Wilterdink
 
E-Mail Address
jennifer.wilterdink.1@spaceforce.mil
(jennifer.wilterdink.1@spaceforce.mil)
 
Description
1. Introduction This Request for Information (RFI) is issued by the Space Rapid Capabilities Office (SpRCO) to gather information from industry regarding the availability and capabilities of Space Vehicles (SVs). This RFI is for planning purposes only and does not constitute a Request for Proposal (RFP) or a commitment to award a contract. Responses to this RFI will be used to shape future acquisition strategies. 2. Background and Objectives SpRCO is seeking information on commercially available or readily adaptable SVs capable of operating in a near Geostationary Earth Orbit (GEO) environment. General requirements are outlined below. All specifications are provided in the attachment to this notice. The attachment is CUI, so interested parties will need to request access. 3. Scope and Requirements The SV should possess the following capabilities: Mission Duration: Minimum 3 years, objective 5 years (including on-orbit checkout) Orbit: GEO +/- 500 km altitude, 0 deg +/- 8 deg inclination Operating Modes: Autonomous operation for at least 48 hours, safe mode capability, delta-V for orbit maintenance, end-of-life disposal capability, potential for rendezvous and proximity operations (RPO). Payload Capacity: Support multiple payloads with flexible mass accommodation. Power: Provide sufficient power for launch, ascent, and nominal on-orbit operations. Data Handling: Support standard space data interfaces and provide on-board data storage. Guidance, Navigation, and Control: Three-axis stabilization, high-accuracy pointing, and maneuverability. Telemetry, Tracking, and Command: Robust and reliable communication capabilities. Cybersecurity: Implementation of robust cybersecurity measures. 4. Information Requested Interested parties are requested to provide the following information: Company Profile: Overview of your organization's experience in developing and operating SVs. SV Capabilities: General description of your proposed SV, including key technical specifications and performance capabilities. Availability: Estimated timeframe for potential delivery of a flight-ready SV. Cost Estimates: High-level cost estimates. RPO Capabilities: Details on the SV's RPO capabilities and potential for future enhancements. Cybersecurity Approach: General description of your cybersecurity methodologies. 5. Submission Instructions Responses to this RFI should be submitted electronically in PDF format to Jennifer Wilterdink at jennifer.wilterdink.1@spaceforce.mil and Tyler Breedlove at tyler.breedlove.1@spaceforce.mil no later than 11:59 MDT on 2 May 2025. Please limit your response to 15 pages. 6. Disclaimer This RFI is issued solely for information and planning purposes and does not constitute a solicitation. The Space Rapid Capabilities Office reserves the right to use the information received to inform future acquisition strategies. No contract will be awarded based on responses to this RFI.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/452012b222674f758ae013d146a3acf0/view)
 
Place of Performance
Address: Kirtland AFB, NM 87117, USA
Zip Code: 87117
Country: USA
 
Record
SN07414650-F 20250420/250418230047 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.