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 Department of the Air Force, Space Acquisition and Innovation Office (SAIO), is preparing to release a formal solicitation for Commercial and Military Satellite Communications Operations Support (COSMOS). This pre-solicitation notice, currently in its second draft RFP stage, seeks to secure non-personal services for USSF SATCOM and MILSATCOM missions worldwide. The opportunity is for a Single Award Indefinite Delivery Indefinite Quantity (IDIQ) contract, open to full-and-open competition.
Purpose & Scope
The COSMOS contract will provide essential operations, maintenance, and support services for the United States Space Force (USSF) Combat Forces Command (CFC) Commercial and Military Satellite Communications missions globally. This effort is a follow-on to the Wideband Satellite Communications Operations and Technical Support II (WSOTS II) contract. Services may include administrative, financial, managerial, Satellite Operations Center (SOC) support, mission planning, remote telemetry and tracking, system upgrades, maintenance, technical assistance, training, and various security and logistics support functions. Performance locations will be geographically separated units (GSUs) 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 and Hawaii).
Contract Details & Timeline
This will be a Single Award IDIQ contract, utilizing both Firm-Fixed Price and Cost Reimbursement CLINs. The contemplated ordering period includes a 5-year base period and one 3-year option. Initial Task Orders include a 3-month phase-in (starting ~May 1, 2027) and a 12-month base with three 1-year options. The contract start date is planned for August 1, 2027. The formal solicitation (FA2518-25-R-P002) is anticipated on or about March 13, 2026. The NAICS code is 517810 (All Other Telecommunications) with a $40M small-business size-standard.
Key Revisions & Evaluation Factors
The Government has released a second draft RFP (FA251826RP002) and incorporated industry feedback, with significant updates to Section L (Instructions) and Section M (Evaluation Factors). Offerors must pay special attention to changes in experience factors under L-8.1.2:
- Factor 1 (Worldwide Logistics and 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 1 year of contract experience, with all examples exclusively from the proposing prime. This is critical due to the direct impact on mission readiness and national security.
- Factor 3 (TESA): Requires all experience examples exclusively from the proposing prime. This is vital for timely approvals and uninterrupted access to critical COSMOS sites in Germany. The Government emphasizes that the prime contractor holds ultimate accountability, and relying on subcontractors for these core competencies (Factors 2 & 3) introduces unacceptable risk.
Engagement Opportunities & Access Requirements
A virtual Pre-proposal Conference will be held on March 16, 2026, at 10:00 AM MST via Microsoft Teams. This conference will cover Controlled Unclassified Information (CUI), requiring a current, certified DD Form 2345 for attendance. Registration is required by 11:00 AM MST on March 13, 2026, by emailing company and attendee details, along with DD Form 2345 verification, to Ms. Stephanie Tancik (stephanie.tancik.1@spaceforce.mil) and Ms. Carol Rogers (carol.rogers.3@spaceforce.mil). The second draft RFP, its attachments, and Draft RFP Q&A Round 2 are available for review. Access to these CUI documents also requires a current, approved DD Form 2345.