Mission Support for Satellite Ground Station Operations and spacecraft command and control
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 issuing a Request for Information (RFI) to identify potential sources for Mission Support for Satellite Ground Station Operations and Spacecraft Command and Control. This RFI aims to gauge industry interest, particularly from small businesses, and assess capabilities for an anticipated 5-year indefinite-delivery, indefinite-quantity (IDIQ) contract. Responses are due by March 6, 2026.
Scope of Work
The contractor will provide comprehensive mission system research and development support to the Naval Center for Space Technology (NCST) at the Blossom Point Satellite Command and Tracking Facility (BPTF). Key responsibilities include:
- Satellite Command and Control: Real-time performance analysis, fault detection, and correction using Neptune® software.
- Operations Monitoring: Performance analysis and spacecraft testing.
- Spacecraft Engineering: Planning, scheduling, diagnosing malfunctions, and orbital maintenance.
- Ground Command and Control Systems: Sustainment, advanced engineering, and maintenance of RF and digital/electronics equipment.
- IT and Cybersecurity Support: For BPTF network hardware and software.
- Software Engineering: Application engineering, testing, and documentation, including Neptune® support.
Contract & Timeline
- Type: Sources Sought / Request for Information (RFI) for planning purposes only. No awards will be made from this announcement.
- Anticipated Contract Structure: Indefinite-Delivery, Indefinite-Quantity (IDIQ) with Cost-Plus-Fixed-Fee (CPFF) Task Orders.
- Anticipated Duration: 5 years (1 base year + four 12-month option years).
- Place of Performance: Primarily at the Blossom Point Tracking Facility, Welcome, MD (10050 Blossom Point Road, Welcome, Maryland, 20693).
- Response Due: March 6, 2026, at 8:00 PM EST.
- Published: February 27, 2026.
Submission Requirements
Interested parties should submit responses via email to helena.k.hudson2.civ@us.navy.mil in Word or PDF format, not exceeding 5 pages. Responses should include:
- Contact/Business Information: Company name, POC, contact details, business size/socioeconomic categories, CAGE, facility clearance status, and government contracting vehicles.
- Technical Information: Description of capabilities/resources relevant to the draft SOW and PQs, prior experience of similar scope, list of relevant contracts (past 5 years), and any questions/suggestions related to the SOW.
Personnel Qualifications
Personnel will require various security clearances (Top Secret/SCI, Top Secret, Secret) based on duties. Contractor employees must be US citizens and meet specific training and certification requirements, especially for Cyber Security Work Force (CSWF) roles. Key positions include Program Manager, Aerospace Engineer, Network Engineer, and Security Manager.
Additional Notes
This RFI is for market research only and does not constitute a formal Request for Proposal. A small business set-aside decision may result from the responses. Proprietary information should be adequately marked.