RFI: GEO Refueling Vehicles for Sustained Space Maneuver
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), specifically the Space Systems Command (SSC/SYD80) Program Office, has issued a Request for Information (RFI) to gather industry insights on technical concepts and approaches for on-orbit refueling services. This RFI aims to support the Sustained Space Maneuver needs of U.S. Space Command by 2030, focusing on solutions for National Security Space (NSS) assets equipped with SERB-approved interfaces (Northrop Grumman's PRM and Orbit Fab's RAFTI). This is for market research and acquisition planning only. Responses are due by March 13, 2026.
Scope of Work
The USSF is seeking solutions for refueling NSS assets in or near Geostationary Orbits (GEO) that have achieved at least Preliminary Design Review (PDR) maturity. Key aspects to address include:
- Technical Capabilities: Technology Readiness Level (TRL), design/CONOPS similarities to prior demonstrations, top-level cost/schedule estimates.
- Refueling Mechanics: Ability to dock with and bi-directionally transfer propellant through PRM and RAFTI interfaces.
- Performance Parameters: Lifespan, spacecraft characteristics, delta-v, propellant type, minimum 1000kg transfer capacity, operational limits, and number of operations.
- Operational Infrastructure: Ground station and system for Telemetry, Tracking, and Commanding (TT&C), capability for at least three refueling missions annually, proposed operational model (e.g., Contractor-Owned, Contractor-Operated).
- Autonomy & Compliance: Ability to perform Rendezvous, Proximity Operations, & Docking (RPOD) autonomously or via ground control, compliance with industry standards, NSSL PLUG, CNSSP No. 12, and "Do No Harm" principles.
- Future Plans: Upcoming demonstrations of technical maturity, commercial viability, or cost-benefit trades within the next three years.
Contract & Timeline
- Type: Request for Information (RFI) / Sources Sought
- Set-Aside: None specified
- Response Due: March 13, 2026, by 1600 Mountain Time
- Published: February 13, 2026
- NAICS: Contemplated NAICS code is 336414 (Maintenance, Repair And Rebuilding Of Equipment: Space Vehicles); alternative suggestions are encouraged.
Submission & Evaluation
Responses must be in a narrative format, limited to 10 pages, and submitted electronically via email to the Primary Point of Contact, Wade Pilcher (wade.pilcher@us.af.mil). The first page must include administrative information (Industry Name, mailing address, POC, phone, email). Proprietary Information (PROPIN) should be clearly marked and will be protected. This RFI is for planning purposes only and does not commit the government to a contract.
Additional Notes
Information received will be considered Sensitive and protected. PROPIN will not be used to restrict competition. Support contractors and FFRDC employees, bound by NDAs, may review responses. The USSF is not obligated to provide feedback on submitted information.