RFI - Mission Integration Prime for Geostationary Extended Observations (GeoXO) Series Satellites
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
NASA Goddard Space Flight Center (GSFC), on behalf of NOAA, has issued a Request for Information (RFI) for a Mission Integration Prime (MIP) capability for the Geostationary Extended Observations (GeoXO) series satellites. This RFI seeks market intelligence, technical approaches, and Rough Order of Magnitude (ROM) cost considerations to inform a potential future procurement. Responses are due May 11, 2026.
Purpose
This RFI is for planning purposes only and is not a request for proposals. Its goal is to gather industry feedback to refine requirements, assess feasibility, and inform the acquisition strategy for the GeoXO program, which is the follow-on to the GOES-R series, with an initial launch planned for 2032. The GeoXO satellites will provide continuous, mission-critical weather data, requiring high availability, operational resilience, and rapid anomaly response.
Scope of Work (Mission Integration Prime)
The potential MIP contractor would manage and perform mission integration functions, including:
- Launch Vehicle Services: Procuring two launch vehicles, managing launch campaigns, and integrating satellites.
- Payload Processing Services: Providing a processing facility, managing processing, and supporting satellite launch site activities.
- Mission Operations Services: Operating mission facilities, ground systems, and antennas for 10 years on-orbit per satellite, covering command and control, data downlink, and Level 1b science product generation.
- Anomaly Investigation and Recovery: Investigating and recovering from satellite anomalies.
- Special Engineering Analysis Tasks: Performing analysis as requested by the Government.
Contract & Timeline (Anticipated)
- Type: This is an RFI for market research. The future contract is anticipated to be primarily Firm Fixed Price (FFP), with Anomaly Investigation and Recovery potentially Time and Materials.
- Acquisition Timeline: Draft RFP Release in Early 2027, Final RFP Release in Summer 2027, and Contract Award in January 2028.
- Set-Aside: Not specified.
Submission Requirements
Respondents are requested to provide:
- Descriptions of capabilities and prior experience in the specified service areas.
- Proposed implementation approach and ROM costs for each service area (broken out by satellite and fiscal year).
- An assessment of complexity, challenges, and risks for an FFP contract.
- Recommended alternative MIP concepts, including benefits and cost differences.
- Suggestions for changes to the acquisition and other relevant insights.
Submission Details
- Response Due: May 11, 2026, by 5:00 PM Eastern Time.
- Submission Method: Electronically via email to Travis Hagelberg at Travis.M.Hagelberg@nasa.gov. Reference RFI-MIP-2026.
- Page Limit: Responses are limited to 30 pages, excluding the Contracts Transmittal letter, Cover Page, Title Page, Table of Contents, and Acronym list.
Additional Notes
Available Government Furnished Equipment (GFE) includes Wallops Command and Data Acquisition Station (WCDAS), NOAA Satellite Operations Facility (NSOF), NOAA GEO ground system, and NOAA NESDIS Common Cloud Framework (NCCF). Vendors incorporating GFE should include implementation costs and cost differences/savings. NASA Clause 1852.215-84, Ombudsman, is applicable.