Commercial and Military Satellite Communications Operations Support (COSMOS)
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The United States Space Force (USSF) Space Acquisitions and Integration Office (SAIO) is preparing to release the formal solicitation for Commercial and Military Satellite Communications Operations Support (COSMOS), a follow-on to the WSOTS II contract. This full-and-open competition opportunity seeks non-personal services for worldwide SATCOM and MILSATCOM missions. The second draft RFP (FA251826RP002) and its attachments are now available for review. A virtual Pre-proposal Conference is scheduled for March 16, 2026, with registration due by March 13, 2026.
Purpose & Scope
COSMOS will provide comprehensive non-personal services to support USSF Combat Forces Command (CFC) SATCOM and MILSATCOM missions globally. This includes administrative, financial, managerial, Satellite Operations Center (SOC) support, watch-office, mission planning, remote telemetry and tracking, system upgrades, maintenance, technical assistance, exercise/testing support, simulation trainers, training, communications, electronics, supply, NIPRNet, SIPRNet, JWICS, environmental, civil engineering, custodial, industrial, physical/operational security, logistics, depot, and supply support. Performance locations are worldwide, requiring security clearances up to Top Secret (TS)/Sensitive Compartmented Information (SCI). The Contractor Inventory Control Point (C-ICP) facility must be CONUS (excluding Alaska/Hawaii).
Contract Details
This is anticipated to be a Single Award Indefinite Delivery Indefinite Quantity (IDIQ) contract, comprising Firm-Fixed Price and Cost Reimbursement CLINs. The IDIQ ordering period is a 5-year base with one 3-year option. Initial Task Orders include a 3-month phase-in (TO 1, ~May 1, 2027) and a 12-month base with three 1-year options (TO 2). The contract start date is planned for August 1, 2027. The opportunity is under full-and-open competition with NAICS Code 517810 (All Other Telecommunications) and a $40M small-business size-standard. The Product Service Code (PSC) is M1BG (Operation of Electronic and Communications Facilities).
Key Updates & Requirements
The Government has incorporated industry feedback, making significant revisions to Section L (Instructions, Conditions, and Notices to Offerors) and Section M (Evaluation Factors for Award). Offerors must pay special attention to changes in experience factors under L-8.1.2:
- Factor 1 (Worldwide Logistics & ITAR Compliance): Allows one experience example from the prime and one from either the prime or a subcontractor.
- Factor 2 (C-ICP or equivalent): Requires one year of contract experience, with all examples exclusively from the proposing prime. Subcontractor experience will not be considered due to the critical national security impact of property management.
- Factor 3 (TESA): Requires all experience examples exclusively from the proposing prime. Subcontractor experience is not allowed, as proven TESA expertise is vital for timely approvals and access to critical COSMOS sites in Germany. The rationale emphasizes the prime contractor's ultimate accountability and direct contractual responsibility, deeming subcontractor reliance for these core competencies an unacceptable risk.
Timeline & Events
- Formal Solicitation Release: On or about March 13, 2026.
- Virtual Pre-proposal Conference: March 16, 2026, at 10:00 AM MST. This conference will cover Controlled Unclassified Information (CUI).
- Pre-proposal Conference Registration Deadline: March 13, 2026, 11:00 AM MST.
- Draft RFP Q&A Round 2: Now available.
- Contract Start: Planned for August 1, 2027.
Access & Submission
All documents, including the draft RFP and bidder's library, are Controlled Unclassified Information (CUI). To access them, request access via SAM.gov and email a current, approved DD Form 2345 to Ms. Stephanie Tancik (stephanie.tancik.1@spaceforce.mil) and Ms. Carol Rogers (carol.rogers.3@spaceforce.mil). For the Pre-proposal Conference, register by emailing company and attendee details, along with DD Form 2345, to the same contacts.