SOURCES SOUGHT
A -- Commercial Satellite Capabilities for Nighttime, Electro-Optical Earth Observation
- Notice Date
- 1/23/2026 6:22:07 AM
- Notice Type
- Sources Sought
- NAICS
- 541715
— Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
- Contracting Office
- NAVAL RESEARCH LABORATORY WASHINGTON DC 20375-5328 USA
- ZIP Code
- 20375-5328
- Solicitation Number
- N00173-26-RFI-0010
- Response Due
- 2/22/2026 2:00:00 PM
- Archive Date
- 03/09/2026
- Point of Contact
- Richard Waterstreet, Phone: 2029231547
- E-Mail Address
-
richard.j.waterstreet2.civ@us.navy.mil
(richard.j.waterstreet2.civ@us.navy.mil)
- Small Business Set-Aside
- NONE No Set aside used
- Description
- The Naval Research Lab (NRL) is posting a Request for Information (RFI) and seeking potential sources for planning purposes only. This notice is not a formal Request for Proposal (RFP). No awards will be made from the responses to this announcement. The Government will not reimburse any costs associated with the development and submission of materials in response to this request. This is an initial posting related to this potential requirement. The intent of this Sources Sought is to gauge industry interest, small business interest, capabilities, and relevant experience. Industry response could help shape the direction of this potential requirement by highlighting unknown or emerging technology; therefore, response is highly encouraged. There is no solicitation available at this time. However, should a requirement materialize, no basis for claims against NRL shall arise as a result of a response to this notice or NRL�s use of such information as either part of our evaluation process or in developing specifications for any subsequent requirement. Inquiries for additional information other than that provided herein will receive no response. 1. Requirement Overview NRL is seeking information on existing or imminent commercial capabilities for space-based nighttime earth observation. This RFI is focused exclusively on electro-optical (EO) systems. The Government is specifically interested in mature systems that have achieved a Technology Readiness Level (TRL) of 6 or higher. The objective is to understand the availability of systems that can provide data and services related to the remote sensing of nighttime scenes from space to inform potential future collaborations and acquisitions for a technology demonstration. 2. Technical & Operational Characteristics See RFI Attachment 1 for salient characteristics requirements. 3. Technology Maturity Please provide the current Technology Readiness Level (TRL) for your proposed system, with a specific TRL assessment for the following key subsystems: Imaging Payload Spacecraft Bus On-Board Processor Ground System Note: Responses for systems with a TRL below 6 (System/subsystem model or prototype demonstration in a relevant environment) will not be considered. 4. Data Rights & Intellectual Property The U.S. Government is interested in maximizing its return on investment. Please state your ability and willingness to provide Government Purpose Rights to all technical data and computer software developed under any potential future contract. This would allow the Government to use, modify, and release the data and software for Government purposes while allowing the contractor to retain rights for commercial applications. 5. Submission Instructions & Disclaimers All information and data received in response to this posting marked or designated as corporate or proprietary information will be protected as such. 6. Corporate Information & Partnering Please provide a response to the following: Administrative Information: Business name and address Business title, telephone number, address, and e-mail address of a primary Point of Contact (POC) Large or Small Business Size and Type of Small Business (if applicable) CAGE Code UEI Number Interested businesses should submit a brief Capabilities Statement package (no more than five pages) demonstrating their ability to perform the research required under this posting. Demonstrated past performance providing similar services should be detailed, if applicable. Corporate Status: Are you a U.S.-based company or a U.S. subsidiary cleared to work with the U.S. Government? Government Experience: Do you have existing or past prime contracts with the U.S. Government? If so, please provide a list of representative examples, including the awarding agency and contract number. Security Posture: Please describe your company's security posture, including your ability to receive, store, handle, and transmit Controlled Unclassified Information (CUI) and classified information. Please provide your current Facility Clearance Level (FCL), if any. Collaboration: Are you interested in partnering or collaborating with a U.S. Government laboratory for a technology demonstration or capability assessment? Submission of Information: DO NOT SUBMIT CLASSIFIED INFORMATION in response to this RFI. This is for unclassified responses only. Should a complete response require the transmission of classified material, please indicate this in your unclassified submission. If necessary, a separate, secure channel and address can be provided. Please transmit responses by e-mail to Richard Waterstreet, Contract Specialist, at richard.j.waterstreet2.civ@us.navy.mil in either Microsoft Office or .pdf format. All responses must be received on or before 22 February 2026 at 5:00PM. Please include this notice number, N00173-26-RFI-0010, on all documents and email correspondence. Submissions should not exceed 15 pages. A tabular format for responses to the questions in Sections 3, 4, and 5 is preferred to facilitate evaluation. Please be sure to respond to all questions and sections listed in this posting to ensure your submission is as comprehensive as possible.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/7cb072242b4c405f80d4ccd6cf17b32f/view)
- Place of Performance
- Address: DC 20375, USA
- Zip Code: 20375
- Country: USA
- Zip Code: 20375
- Record
- SN07695870-F 20260125/260123230040 (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 |