Ground-Based Electro-Optical Deep Space Surveillance System (GEODSS) Operation and Maintenance (O&M) Recompete
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) is conducting market research via a Sources Sought Notice and Request for Information (RFI) for the Ground-Based Electro-Optical Deep Space Surveillance System (GEODSS) Operation and Maintenance (O&M) Recompete. This RFI seeks to identify potential sources capable of providing O&M services for GEODSS optical sites located in Socorro, New Mexico; Diego Garcia, British Indian Ocean Territory; and Maui, Hawaii. The mission involves detecting, tracking, and identifying space objects. Responses are due February 2, 2026.
Scope of Work
The contractor will be responsible for comprehensive operations and maintenance of the GEODSS system. This includes providing all personnel, tools, materials, and supervision for system operation, maintenance, exercises, testing, mission systems maintenance management, logistics, communications, environmental, civil engineering, occupational health, security, and knowledge operations. Support for system upgrades and modifications is also required. The GEODSS mission provides metric data to the Joint Space Operations Center and Space Object Identification to the USSTRATCOM Joint Intelligence Center.
Contract & Timeline
- Opportunity Type: Sources Sought / Request for Information (RFI)
- NAICS Code: 517810 - All Other Telecommunications (non-commercial services)
- Anticipated Contract Structure: A projected 90-day phase-in, a 9-month base period, four 12-month option periods, and up to a 6-month extension of services option. The Government is also contemplating two additional 12-month Incentive Option Years. The current contract type is Firm Fixed Price (FFP), including travel.
- Current Contract End: On or about April 30, 2027 (with potential 6-month extension).
- Set-Aside: None specified
- Response Due: February 2, 2026, 6:00 PM ET
- Published Date: January 22, 2026
Key Information Requested
Interested parties are requested to submit a capabilities statement (maximum 10 single-sided pages) and a completed Microsoft Excel Spreadsheet Questionnaire. The RFI questions seek input on: commerciality assessment of PWS requirements; prime contractor capability to perform full scope without significant subcontractor reliance; challenges for small businesses and mitigation suggestions; top 3 mission/performance risks and mitigation strategies; PWS clarity, information needs, staffing, retention, and performance mechanisms; contract structure, pricing transparency, and evaluation criteria. The government will use responses for market research to determine the most appropriate acquisition approach and source selection strategy.
Additional Notes
This is a market research notice only; it is not a solicitation, and no contract will be awarded as a result. The notice includes DAFFARS 5352.201-9101 regarding an Ombudsman for resolving concerns. Workload data for previous option years (Opt Yr 2, 3, 4) and a draft PWS are provided for review.