Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 01, 2026 SAM #8833
SOURCES SOUGHT

A -- Spaceport Development Program RFI

Notice Date
1/30/2026 9:53:49 AM
 
Notice Type
Sources Sought
 
NAICS
927110 — Space Research and Technology
 
Contracting Office
FA8818 ASSRD ACS TO SPC SSC/AAK-KT KIRTLAND AFB NM 87117-0001 USA
 
ZIP Code
87117-0001
 
Solicitation Number
SDP-2026-1
 
Response Due
2/13/2026 3:00:00 PM
 
Archive Date
02/28/2026
 
Point of Contact
Robert Robson, Phone: 5058535873, Serge Nana, Phone: 505-846-4597
 
E-Mail Address
robert.robson.1@spaceforce.mil, serge.nana@spaceforce.mil
(robert.robson.1@spaceforce.mil, serge.nana@spaceforce.mil)
 
Description
The US Space Force (USSF), Space Systems Command (SSC), Small Launch and Targets Division (SYD 80/AMX), Rocket Systems Launch Program (RSLP), Kirtland AFB, Albuquerque, NM is interested in obtaining a Statement of Capabilities (SoC) for increasing Spaceport capabilities to support military utility for the national security space program as well as to support the needs of DoD and RSLP launch service missions. Background: RSLP is contemplating a new Spaceport Development Program (SDP), multiple award, Indefinite Delivery/Indefinite Quantity (IDIQ) contract that will expand upon the current spaceport enhancements program and include support for RSLP missions and the DoD by combining objectives from previous editions of the program. The first objective of the SDP is to make enhancements to United States based spaceport capabilities focused on increasing the military utility of these installations in support of future DoD launch services. The second objective of SDP is to provide spaceport-related services in support of RSLP launch missions. These services may include, but are not limited to, launch site modifications, infrastructure upgrades, launch operations support, and shipment/storage of mission equipment to and/or from the spaceport. SDP task orders will be awarded based on mission needs and/or available Congressional funding for spaceport enhancements. It is anticipated that qualified SDP IDIQ awardees will have, at a minimum, an existing FAA license for space launch activities, be non-federally funded, and have existing spaceport facilities that are able to process DoD payloads and provide launch services in support of the Space Systems Command Space Access portfolio. Responses to this RFI will be considered in the Government�s development of the SDP acquisition strategy. All potential SDP sources are encouraged to respond with a SoC which addresses the required criteria. The SoC may be in presentation format or a written narrative. At a minimum, the SoC must address all the following criteria: SoC Guidelines: Evidence of a spaceport Federal Aviation Administration (FAA) license A description of non-federal infrastructure and facilities A description of recent successful launches, or plans to support a launch by the end of CY 2026 Additional Government Questions Provide a description of Spaceport ownership and organization structure, including any state or local funding sources and the number of full-time and part-time staff and a summary of their duties and responsibilities. A description of types of launch (vertical/horizontal) for which you have an FAA license. If available, provide a description of spaceport facilities or infrastructure capable of supporting classified launch services at the secret level or above, to include but not limited to, classified payload processing and integration. Please provide evidence of any Defense Counterintelligence Security Agency (DCSA) accreditation to perform classified work. Provide the percentage of spaceport personnel that are cleared at the secret level or above, in order to provide necessary coverage for classified launch requirements. Please explain how you obtain and certify clearances for spaceport personnel. Provide your spaceport�s current capabilities and planned future investment capabilities for CY 2026 and describe potential upgrades that would enhance the military utility of these capabilities. Discuss how your spaceport may utilize RSLP funding for specific launch site modifications, upgrades, or transportation services in a mission-relevant timeline. Explain contractual mechanisms you have in place, existing relationships with vendors, or in-house capability to accomplish such work. The SoC must be submitted within 10 business days of posting this RFI. SoCs and responses to the additional Government questions are limited to 15 pages, size 11 font with 1� margins. Submit only unclassified information, which is non-proprietary if possible. If proprietary information is deemed essential it must be clearly marked and associated with restrictions on Government use identified. Note: Both Government and Contractor personnel will be utilized for SoC evaluation. If proprietary information is deemed essential, Non-Disclosure Agreements will be executed. Any information submitted by respondents to this RFI is strictly voluntary. The Government will not pay for any information that is submitted by respondents to this request. Responses should be sent electronically to the following individuals within 10 business days of the date of this posting: Robert Robson, robert.robson.1@spaceforce.mil Serge Nana, serge.nana@spaceforce.mil The information contained herein is based on the best information available at the time of publication, is subject to revision, and is not binding on the Government. NAICS 927110, Space Research and Technology companies should apply for this proposed acquisition if they meet the criteria above. The Government will not recognize any costs associated with submission of information in response to this notice.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/f91e000db45f4a7a9aa3a446926d93f9/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN07702463-F 20260201/260130230041 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2026, Loren Data Corp.