Skip to main content

An official website of the United States government

You have 2 new alerts

Relay Ground Station

info alert

Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Presolicitation (Original)
  • Original Published Date: Aug 29, 2023 05:39 pm PDT
  • Original Response Date: Oct 23, 2023 12:00 pm PDT
  • Inactive Policy: Manual
  • Original Inactive Date: Nov 07, 2023
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: A - RESEARCH AND DEVELOPMENT
  • NAICS Code:
    • 541330 - Engineering Services
  • Place of Performance:

Description

Naval Information Warfare Center (NIWC) Pacific intends to issue Request for Proposal (RFP) No. N66001-
23-R-0030 for the design, procurement, development, integration, and testing of advanced technology
Relay Ground Station (RGS) hardware and software capabilities to provide uplink and downlink capability
to the Legacy Space Based Infrared Systems (SBIRS) Geosynchronous (GEO), Defense Support Program
(DSP), Next Gen GEO, and Next Generation Polar space vehicles.

The RGS will enable communications from Space System Command (SSC) Next Generation SBIRS and
Legacy SBIRS GEO space vehicles to Ground Systems.

RGSs will be located in various locations worldwide and will provide connectivity between the space
vehicles and end users. The tasking will consist of the development of new RGS sites, upgrades to existing
RGS sites and development support at RGS sites. RGSs will be located at existing sites, but site
improvements may be necessary for the location selected for the equipment. The government shall
provide the land necessary for the RGS. The government will be responsible for overseeing the
environmental work required and obtaining environmental approvals. There will be three major
components for an RGS. The three components are facilities and infrastructure, Ground Terminal
Equipment (GTE), and communications and networking equipment (CNE). The RGSs will consist of various
numbers of antennas depending on the location. This IDIQ covers RGS development work at multiple
locations worldwide. The specific tasking and requirements for each site will be addressed at the task
order level in a more detailed PWS.

The anticipated procurement will result in no more than three (3) Indefinite Delivery, Indefinite Quantity
(IDIQ), performance-based contracts with multiple pricing arrangements (Cost Plus Fixed Fee (CPFF),
Cost, and Firm Fixed Price (FFP)). The period of performance will be five years. Orders will be competed
pursuant to the ordering process at FAR 16.505(a). The North American Industry Classification Systems
(NAICS) Code is 541330 Engineering Services ((Except (a) – Military and Aerospace Equipment and
Military Weapons)) and the Small Business Size Standard is $47,000,000. Security classification will be
Top Secret/Incidental Sensitive Compartmented Information (TS/SCI) classification. This requirement will
be competed on a full and open basis. This is a follow-on to N66001-22-D-0057.

NIWC Pacific invites industry to review the DRAFT RFP and provide any comments or questions. Comments
and Questions to the DRAFT RFP are due by 13 September 2023 at 5:00 PM PST.

NIWC Pacific anticipates that the final RFP for N66001-23-R-0030 will be released prior to 30 September
2023. The solicitation will only be available electronically. Electronic copies of the RFP may be obtained
from the NAVWAR E-Commerce website at https://e-commerce.sscno.nmci.navy.mil/ under NIWC "Open
Solicitations." Hard copy versions of the RFP and any subsequent amendments will not be available. Firms
are encouraged to review the website regularly for important solicitation information.

Disclaimer: This pre-solicitation notice is for information only and shall not be construed as a commitment
by the Government to solicit contractual offers or award contracts. The Government is not soliciting, nor
will it accept, proposals as a results of this synopsis. If a competitive solicitation is issued in the future, it
will be announced via NAVWAR E-Commerce, and interested parties must comply with that
announcement. The Government will not reimburse respondents for any questions submitted or
information provided as a result of this notice. This is not a solicitation or a promise to issue a solicitation
and this information is subject to modification and in no way binds the Government to award a contract.

Contact Information

Contracting Office Address

  • 53560 HULL STREET
  • SAN DIEGO , CA 92152-5001
  • USA

Primary Point of Contact

Secondary Point of Contact





History