Commercial Satellite Capabilities for Nighttime, Electro-Optical Earth Observation
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 Naval Research Lab (NRL) is conducting a Request for Information (RFI) to identify existing or imminent commercial capabilities for space-based nighttime electro-optical (EO) Earth observation. This RFI is for planning purposes only to gauge industry interest, capabilities, and relevant experience, and to inform potential future collaborations and acquisitions for a technology demonstration. Responses are due February 22, 2026.
Scope of Interest
NRL is specifically interested in mature EO systems with a Technology Readiness Level (TRL) of 6 or higher. Key areas of interest include:
- Sensor & Spacecraft: Spectral response, imager technology/size, imaging speed, SNR for nighttime scenes, Ground Sample Distance (GSD), on-board processing, vehicle security, and flight heritage.
- Orbit & Tasking: Orbital parameters and tasking timeline (request to data collection).
- Ground Segment: Ground architecture, including primary station location.
- Concept of Operations (CONOPS): End-to-end operational workflow from user tasking to data dissemination.
Data Rights & Intellectual Property
The Government seeks Government Purpose Rights to technical data and computer software developed under any future contract, allowing government use/modification while contractors retain commercial rights.
Submission Requirements
Interested businesses should submit a Capabilities Statement package (max 5 pages) demonstrating their ability to perform the required research, including past performance. Additionally, provide:
- Corporate Information: Business name, address, POC, size (large/small), CAGE Code, UEI Number.
- Corporate Status: U.S.-based or U.S. subsidiary cleared to work with the U.S. Government.
- Government Experience: List of existing/past prime contracts.
- Security Posture: Ability to handle Controlled Unclassified Information (CUI) and classified information, including Facility Clearance Level (FCL).
- Collaboration Interest: Willingness to partner with a U.S. Government laboratory.
- Technical Maturity: Current TRL for the proposed system and key subsystems (Imaging Payload, Spacecraft Bus, On-Board Processor, Ground System).
Submissions should not exceed 15 pages total, preferably in a tabular format for questions in Sections 3, 4, and 5. Do not submit classified information; indicate if a classified response is necessary. Email responses to Richard Waterstreet at richard.j.waterstreet2.civ@us.navy.mil.
Contract & Timeline
- Type: Sources Sought / Request for Information (RFI)
- Set-Aside: None (market research stage)
- Response Due: February 22, 2026, 22:00 UTC
- Published: January 22, 2026
Additional Notes
This is not a formal Request for Proposal (RFP), and no awards will be made. The Government will not reimburse costs for response development. Inquiries for additional information beyond what is provided will not receive a response.