Purpose of the Request for Information
The purpose of this Request for Information (RFI) is to conduct market research on the expected cost, schedule, and required effort associated with the desired capability while understanding which sources can provide the required supplies and services. This is a Request for Information only.
Description of Desired Capabilities
The Military Communication and Positioning, Navigation, and Timing (MilComm and PNT) Directorate at Space Systems Command (SSC/CG) anticipates awarding a services contract to maintain and operate six Modernized Receiver Test Asset (MRTA) systems, five MRTA II systems, one Modernized Signal Test Asset (MSTA) system, and other signal collection assets to provide quality data collection and analysis.
In accordance with FAR 9.505-3, this capability must be provided by a source that does not have any organizational conflicts of interest (OCI). As a result, prime contractors and subcontractors for segments of the Global Positioning System (GPS) enterprise are presumed to have OCIs that cannot be mitigated for purposes of performing this effort, unless the offeror submits an acceptable OCI mitigation plan.
The following expertise and capabilities are required:
- The ability to maintain and operate existing MRTA/MSTA systems, using advanced knowledge of MRTA/MSTA's major hardware and software functions, measurement capability, calibration, and operational usage.
- The ability to analyze and characterize the GPS/PNT Signal In Space (SIS), and other Global Navigation Satellite Systems (GNSS) SIS, using MRTA/MSTA and other signal collection assets.
Respondents should have expert knowledge of GPS and PNT signals. Specifically, the USSF seeks sources capable of using the MRTA, MRTA II, and MSTA systems effectively. This is characterized by furnishing the necessary management, technical expertise, facilities, tools, and material to perform data collection, processing, analysis, data archival and dissemination, and other actions as required to support GPS Initial On-Orbit (IOO) L Band Signal Compliance, State-of-Health (SOH), GNSS SIS data collection, anomaly characterization and other ad hoc testing. The effort will verify GPS Interface Control Document (ICD) compliance and support anomaly characterization of the L-band signals in space using, but not limited to, Government owned and validated test assets. Technical expertise must include the capability to acquire, track, and measure parameters such as power, carrier phase, and arrival times for all the specified Pseudo Random Noise (PRN) codes from a single GPS Space Vehicle (SV); provide signal quality (SQ) metrics for the L1, L2, L3 and L5 carriers, and each specified PRN code on these carriers.
SSC/CG will require the contractor to provide monthly State of Health (SOH) measurement sessions using the MRTA/MSTA and other signal collection assets to provide power, code delay, frequency content, and bandwidth to verify proper operation of the constellation. Some testing requires access to a high-gain antenna, such as the 150-foot parabolic antenna located in Palo Alto, CA. The period of performance is anticipated to be from 1 February 2026 through 31 January 2031 (one year base with four option periods).
To accomplish program objectives and meet near-term program milestones, respondents will need to be familiar with the MRTA/MSTA, broader space vehicle architecture, state of health monitoring, and test and evaluation procedures.
Since this is a services effort and not developmental scope, respondents must be capable of supporting testing at the time of authority to proceed. Respondents must operate facilities at and employ personnel cleared at the Secret level. Responses from small and small disadvantaged businesses are encouraged.
Response Format, Submittal Instructions, and Questions
The Government is requesting information on companies' abilities to perform and deliver the requirements as identified in this RFI. Information regarding capability must be submitted in writing. Proprietary information should be marked accordingly.
The capability statement must provide the following information as a part of its cover sheet:
- Company name and address;
- Identify your organization's business type inclusive of all socio-economic status (e.g., 8(a) certified program participant, small disadvantaged, veteran-owned, service-disabled veteran owned, HUB Zone or women-owned);
- Point of Contact,
- Phone/Fax/E-mail;
- NAICS Codes; and,
- Information regarding your organization's capabilities.
Response Format – Responses shall be submitted as a white paper in PDF or Microsoft Word for Office 2007 or later compatible format, supplemented with Microsoft Word, Excel, PowerPoint, PDF, or JPG attachments as necessary. Responses shall be prepared so that when printed, they meet the following requirements: 8.5x11 inch paper, single-spaced typed lines, 1 inch margins, 12 point Times New Roman font. Tables may use 10-point font. Graphics or pictures are not allowed. Illustrations such as tables, flowcharts, organizational charts, process charts or other similar type informational charts may be used. Respondents are responsible for ensuring the legibility of all tables, charts, etc., and should assume that when their response is printed or copied, it will be done in black and white. The Government will not accept company literature or marketing materials in response to this notice.
Response Classification – All material provided in response to this notice shall be UNCLASSIFIED, non-confidential, and non-proprietary to the maximum extent practicable. Firms providing confidential/proprietary information shall separately and clearly identify and mark all confidential/proprietary information. The Government will take all necessary steps to protect/safeguard any confidential/proprietary information not clearly marked.
Submittal POC – Responses shall be submitted electronically. Unclassified submittals shall be submitted to Alyssa Barnes, Contracting Officer, at alyssa.barnes.1@spaceforce.mil.
Submittal Due Date – Responses are due by 12 August 2025 at 1200 hours, Pacific Standard Time
Questions and Communications – All questions and communication associated with this RFI shall be submitted in writing to Alyssa Barnes, Contracting Officer, at alyssa.barnes.1@spaceforce.mil.
Disclaimers
THIS IS A REQUEST FOR INFORMATION ONLY. This notice is issued solely for information and planning purposes. It does not constitute a solicitation (Request for Proposal or Request for Quotations) or a promise to issue a solicitation in the future. This notice does not commit the Government to contract for any supply or service whatsoever. Furthermore, the Government is not, at this time, seeking proposals. Respondents are advised that the Government will not pay for any information or administrative costs incurred in response to this notice. The Government will not assume liability for costs incurred by any attendee for travel expenses or marketing efforts. All costs associated with responding to this notice will be solely at the responding party's expense.
Proprietary information, if any, should be kept to a minimum and shall be clearly marked. Please be advised that all submissions become Government property and will not be returned. In order to review RFI response, proprietary information may be given to Federally Funded Research and Development Center (FFRDC) and/or Advisory and Assistance Services (A&AS) contractors working for the Government. Non-government support contractors listed below may be involved in the review of any responses submitted. These may include but are not limited to: The Aerospace Corporation (FFRDC), MITRE (FFRDC), Booz Allen Hamilton (A&AS), and their subcontractors.