Draft RFP: NESDIS Consolidated Antenna and Ground Systems Services (NCAGSS)
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 National Oceanic and Atmospheric Administration (NOAA), under the Department of Commerce, has issued a Draft Request for Proposal (RFP) for the NESDIS Consolidated Antenna and Ground Systems Services (NCAGSS). This Special Notice is for market research purposes, seeking final technical feedback on the Statement of Work (SOW) for the NOAA Antenna as a Service (NAaaS) program. The overarching acquisition strategy, including contract type and timeline, is considered firm. This document does not constitute a formal solicitation or a commitment to award.
Purpose & Scope
The primary objective of this Draft RFP is to gather industry feedback to refine requirements and evaluation criteria for a future Multiple Award Indefinite Delivery, Indefinite Quantity (IDIQ) contract. The NCAGSS program aims to provide flexible and responsive antenna services, including upgrades, new antenna construction, decommissioning, and leveraging commercial services. The scope covers four functional areas: Program Integration, Operations, Maintenance, and Sustainment, supporting satellite-to-ground communications across various orbital regimes (Geostationary Earth Orbit (GEO), Low Earth Orbit (LEO), and Space Weather Operations (SWO)).
Contract Details
This will be a Multiple Award Indefinite Delivery, Indefinite Quantity (IDIQ) contract with a maximum value of $1,239,115,627. The period of performance is anticipated to be a five-year base ordering period with one five-year option, totaling up to 10 years. Task orders may be Fixed-Price, Cost-Reimbursement, Time-and-Materials (T&M), or Labor-Hour (LH). The minimum order is $250.
Set-Aside & Eligibility
This opportunity does not have a specific set-aside designation; however, small business participation goals are outlined, with specific requirements for Other Than Small Business Offerors. Offerors may propose to one or more functional areas, but the firm awarded the Program Integrator role will be ineligible for award in any other service area due to Organizational Conflict of Interest (OCI) restrictions.
Submission & Evaluation
- Technical Feedback Due: May 14, 2026, at 2 PM EST, via the provided Google Form link.
- Questions on Feedback Form Due: April 30, 2026, at 2 PM EST, via email to Jame Chang (jame.chang@noaa.gov) and Andrea Chiodi (andrea.chiodi@noaa.gov).
- Future Proposal Submission: Phase I proposals for the actual RFP are anticipated by January 18, 2027.
- Evaluation Criteria (for future RFP): IDIQ awards will be based on a Highest Technically Rated Offeror (HTRO) with a Fair and Reasonable Price methodology. Day-1 Task Order awards will use a Tradeoff process. Past performance will be assessed using a dedicated questionnaire.
Place of Performance
Work will primarily be performed at contractor facilities, with periodic on-site support at NOAA Satellite Operations Facility (NSOF) in Suitland, MD; NESDIS Consolidated Backup Unit (CBU) in Fairmont, WV; NESDIS Command and Data Acquisition (CDA) Stations in Wallops, VA, and Fairbanks, AK; McMurdo Station, Antarctica; and various other domestic and international sites.
Special Requirements
Key requirements include adherence to IT security mandates, cybersecurity compliance (including PIV, FIPS, HSPD-12), use of Agile/DevSecOps methodologies, and cloud-based services. Personnel must possess required education, experience, certifications, and security clearances (e.g., SECRET for Communications Security (CEC) key loading) as specified at the Task Order level. Contractors must also adhere to Quality Assurance Plans (QAP), use an Earned Value Management System (EVMS), and provide detailed Transition Plans.