Mission Support for Satellite Ground Station Operations and spacecraft command and control
Key Dates
Due Date
-
Posted Date
-
Agency & Value
Agency
NAVAL RESEARCH LABORATORY
Contract Value
Not provided
Codes & Classification
Solicitation Number
N00173-26-RFI-GI02
NAICS
541715 - Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
Classification Code
AR13
Additional Details
Documents2
The Naval Research Laboratory (NRL), operating under the Department of the Navy, has issued a Sources Sought notice (Procurement Identifier: N00173-26-RFI-GI02) to identify potential industry partners capable of supporting mission-critical operations related to satellite ground station activities and spacecraft command and control. This request is strictly for information gathering and planning purposes; it is not a formal solicitation, and no contract awards will result directly from responses to this notice.
The primary objective of this procurement activity is to assess industry interest, particularly among small businesses, and to evaluate the capabilities and relevant experience of prospective contractors in supporting NRL personnel with satellite ground station operations. The scope of work is anticipated to encompass technical and operational support at the Blossom Point Tracking Facility, located at 10050 Blossom Point Road, Welcome, Maryland (20693). The anticipated contract structure is an indefinite-delivery, indefinite-quantity (IDIQ) arrangement, utilizing cost-plus-fixed-fee task orders over a five-year performance period. This requirement is a partial follow-on to the current IDIQ contract (N00173-21-D-2001) and task order (N00173-21-F-2006).
Contractors are expected to demonstrate capabilities in research and development within the physical, engineering, and life sciences domains, as classified under NAICS Code 541715. The Product Service Code associated with this requirement is AR13, which pertains to research and development services. Respondents should provide evidence of prior experience with contracts of similar scope and complexity, particularly those performed for the Navy, Department of Defense, other federal agencies, or commercial entities within the past five years.
Key requirements for response include:
- Submission of company and point-of-contact information, including business size, socioeconomic status, number of employees, and CAGE code.
- Disclosure of current facility clearance status.
- Listing of government-wide contracting vehicles held (e.g., OASIS, SeaPort).
- Description of technical capabilities and resources relevant to the attached draft Statement of Work (SOW) and Personnel Qualifications (PQs).
- Documentation of prior experience and related contracts.
- Questions or suggestions regarding the SOW, and any assumptions made in formulating the response.
Responses must be submitted in Microsoft Office-compatible formats (Word or PDF), limited to five pages, and should not include classified material. Proprietary or competition-sensitive information must be clearly marked to ensure appropriate handling. All responses are to be emailed to the Contract Specialist, Helena Hudson ([email protected]), with the deadline extended to March 9, 2026. For additional inquiries, Graham Irby ([email protected], 202-923-1377) is listed as a secondary contact.
The NRL may use the information received to inform a potential small business set-aside decision and to refine specifications for any future solicitation. Contractors should note that participation in this RFI does not confer any claim or entitlement should a formal requirement materialize.
This opportunity is classified under the 2022 NAICS version for research and development in the physical, engineering, and life sciences (excluding nanotechnology and biotechnology), and is managed by the Naval Research Laboratory, a federal office within the Department of Defense. The place of performance is Welcome, Maryland, United States.
For further details and access to attachments, interested parties may refer to the official notice on SAM.gov (Opportunity ID: 6b5890a2ccdc4db1bfc4e1045c8dfaf2).
This notice remains active, and contractors with relevant expertise in satellite ground station operations and spacecraft command and control are encouraged to review the requirements and consider submitting a response to help shape the future procurement strategy.