Search Contract Opportunities

Mission and Facilities Support for Satellite Ground Station Operations and spacecraft command and control

ID: N00173-25-RFI-CT04 • Type: Sources Sought • Match:  100%
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Draft a sources sought response template for this opportunity
Do the documents mention an incumbent contractor?
Does this contract have any security clearance requirements?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

The Naval Research Laboratory is searching for potential sources that are capable of meeting the approved SBA 8(a) follow-on requirement described in the attached draft statement of work (SOW) and Additional Requirement Details below. The draft Personnel Qualifications are also provided for reference. The intent of this RFI is to gauge industry interest, capabilities, and relevant experience to support NRL personnel in performing the requirements stated in the attached draft SOW under the SBA 8(a) Program. Although NRL intends to fulfill this requirement under the 8(a) program, capable vendors that are not in the 8(a) program may respond to this posting for market research purposes, and in the event a capable 8(a) vendor is not available. To aid industry in evaluating their ability to perform the requirement, the following DRAFT documents are attached:

Attachment 1 - Statement of Work

Attachment 2 - Personnel Qualifications

CONTRACTOR RESPONSE FORMAT

The NRL asks that interested parties, at a minimum, supply the following information via email in Word or PDF format:

Contact/Business Information

  1. Name of Company and Point of Contact (POC).
  2. Telephone number, address and e-mail address of POC.
  3. Business Size/Socioeconomic Categories and number of employees, CAGE.
  4. 8(a) Program acceptance and anticipated graduation dates, if applicable.
  5. Does your firm have a current facility clearance?
  6. A list of government-wide contracting vehicles held (OASIS, SeaPort, etc.), if applicable.

Technical Information

a) Description of capabilities/resources relevant to the attached draft SOW and PQs

b) Prior experience of similar scope/complexity in the attached draft SOW and PQs.

c) A list of any Navy, Department of Defense, federal, or commercial contracts performed during the past 5 years that are similar and/or related to the attached SOW.

d) Any questions/suggestions related to the SOW

e) List of assumptions, if any, which were considered in formulating the response.

Responses must be in a Microsoft Office compatible format and are due no later than 20 June 2025 at 1PM ET.

Responses should be no more than 5 pages, and should be emailed to the Contract Specialist at Candice.a.tawiah.civ@us.navy.mil. Classified Material shall NOT be submitted. All information and data received in response to this RFI, if marked or designated as corporate or proprietary information, will be protected and handled as such. Interested parties are responsible for adequately marking proprietary or competition-sensitive information contained in their response.

NOTE: THIS IS NOT A SOLICITATION. This is a sources sought notice (SSN) for information and planning purposes only, and is not to be construed as a commitment by the Government, nor will the Government pay for information solicited. Since this is a SSN, no evaluation letters and/or results will be issued to the respondents. The Government is not committed to awarding a contract or issuing a solicitation pursuant to this announcement. No solicitation package is available at this time. If a solicitation is released, it will be synopsized on https.//sam.gov. It is the responsibility of the potential offerors to monitor these sites for additional information pertaining to this requirement.

Additional Requirement Details

Anticipated Place of Performance

The primary effort is anticipated to take place at the Blossom Point Tracking Facility (BPTF)- 10050 Blossom Point Road, Welcome, Maryland, 20693.

NRL anticipates this level of effort will be performed under an Indefinite Delivery, Indefinite Quantity contract structure, with Cost-Plus-Fixed-Fee and Firm Fixed Price Task Orders, over the course of 5 years of performance.

This is a follow-on requirement under the current IDIQ contract: N00173-21-D-2001, and task orders N00173-21-F-2003, and N00173-21-F-2006.

Background
The Naval Research Laboratory (NRL) is seeking potential sources capable of fulfilling a follow-on requirement under the Small Business Administration (SBA) 8(a) program. The purpose of this Request for Information (RFI) is to assess industry interest and capabilities to support NRL personnel in executing tasks outlined in the draft Statement of Work (SOW).

NRL's mission focuses on advancing space technology and providing expert capabilities in the development and acquisition of space systems that support Naval missions.

Work Details
The contractor will be responsible for a range of tasks including:

- Executing custodial and grounds services;
- Managing building, facility, satellite, and ground command and control functions;
- Providing engineering services during spacecraft development and ground system phases;
- Performing spacecraft engineering analysis and anomaly resolution;
- Supporting ground system hardware development;
- Conducting integration and testing;
- Managing launch operations;
- Providing training on new spacecraft operations;
- Maintaining quality control programs;
- Ensuring compliance with security requirements; and
- Facilitating personnel administration.

The contractor must also develop plans and reports related to spacecraft operations, maintain effective communication with government representatives, and ensure all personnel are adequately trained.

Place of Performance
The primary location for contract performance will be at the Blossom Point Tracking Facility (BPTF), located at 10050 Blossom Point Road, Welcome, Maryland, 20693.

Overview

Response Deadline
June 20, 2025, 1:00 p.m. EDT Past Due
Posted
June 6, 2025, 3:34 p.m. EDT
Set Aside
8(a) (8A)
Place of Performance
Welcome, MD 20693 United States
Source

Current SBA Size Standard
1000 Employees
Pricing
Fixed Price; Cost Plus Fixed Fee;
Est. Level of Competition
High
Vehicle Type
Indefinite Delivery Contract
Signs of Shaping
87% of obligations for similar contracts within the Department of the Navy were awarded full & open.
On 6/6/25 Naval Research Laboratory issued Sources Sought N00173-25-RFI-CT04 for Mission and Facilities Support for Satellite Ground Station Operations and spacecraft command and control due 6/20/25. The opportunity was issued with a 8(a) (8A) set aside with NAICS 541715 (SBA Size Standard 1000 Employees) and PSC AR13.
Primary Contact
Name
Candice Tawiah   Profile
Phone
None

Documents

Posted documents for Sources Sought N00173-25-RFI-CT04

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Incumbent or Similar Awards

Contracts Similar to Sources Sought N00173-25-RFI-CT04

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought N00173-25-RFI-CT04

Similar Active Opportunities

Open contract opportunities similar to Sources Sought N00173-25-RFI-CT04

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE NAVY > ONR > ONR NRL > NAVAL RESEARCH LABORATORY
FPDS Organization Code
1700-N00173
Source Organization Code
100255323
Last Updated
July 5, 2025
Last Updated By
candice.a.tawiah.civ@us.navy.mil
Archive Date
July 5, 2025