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), Space Systems Command (SSC/SYD80), is conducting market research through this Request for Information (RFI) to gather technical concepts and approaches for on-orbit refueling services for prepared client vehicles. The goal is to support the U.S. Space Command's Sustained Space Maneuver (SSM) needs by 2030. Responses are due by March 13, 2026, 1600 Mountain Time.
Purpose & Scope
This RFI aims to aid in acquisition planning, analyze market capabilities, and determine the most appropriate acquisition strategy for on-orbit refueling. The USSF is specifically interested in solutions compatible with SERB-approved interfaces: Northrop Grumman’s Passive Refueling Module (PRM) and Orbit Fab’s Rapidly Attachable Fluid Transfer Interface (RAFTI). This is for planning purposes only and does not commit the government to a contract.
Key Requirements
Respondents should detail their refueling solutions, addressing:
- Maturity: Technology Readiness Level (TRL) and technical reviews.
- Cost & Schedule: Estimates for development and production.
- Interface Compatibility: Ability to dock with and bi-directionally transfer propellant through PRM and RAFTI.
- Performance: Top-level parameters including design lifespan, SV characteristics, delta-v, compatible propellant types, and a minimum propellant capacity of 1000kg per SV.
- Operations: Identification of ground station/system for TT&C, capability to support at least three refueling missions annually, and proposed operational model (e.g., Contractor-Owned, Contractor-Operated).
- RPOD: Capability for exquisite Rendezvous, Proximity Operations, & Docking (RPOD), including autonomous operations.
- Standards & Safety: Adherence to industry standards for on-orbit servicing, CNSSP No. 12, and "Do No Harm" principles (collision avoidance, contamination, ESD, EMI/EMC, Orbital Debris Mitigation).
- Future Plans: Plans for demonstrating technical maturity, commercial viability, and cost-benefit trades within the next 3 years.
Submission Details
- Format: Narrative, limited to 10 pages (excluding title pages, tables of content, or acronym lists).
- Due Date: March 13, 2026, 1600 Mountain Time.
- Method: Electronic PDF submission via email to the Primary Unclassified Point of Contact, Wade Pilcher (wade.pilcher@spaceforce.mil).
- Proprietary Information: Must be clearly marked and will be protected.
Eligibility & Notes
- NAICS Code: The contemplated NAICS code is 336414 (Maintenance, Repair And Rebuilding Of Equipment: Space Vehicles); respondents may suggest alternatives.
- Review: Information may be reviewed by Aerospace Corporation (FFRDC) and SETA contractors, bound by non-disclosure agreements.
- This RFI is for market research; responses are voluntary and will not be compensated. The government is not seeking proposals.