Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 11, 2025 SAM #8781
SOLICITATION NOTICE

V -- National Security Space Launch (NSSL) Phase 3 Lane 1 Fiscal Year (FY) 2026 On-Ramp Request for Proposal (RFP)

Notice Date
12/9/2025 10:09:24 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
481212 — Nonscheduled Chartered Freight Air Transportation
 
Contracting Office
FA8811 ASSRD ACSS TO SPC SSC/AAK-LA EL SEGUNDO CA 90245-2808 USA
 
ZIP Code
90245-2808
 
Solicitation Number
FA8811-26-R-B001
 
Response Due
1/22/2026 3:00:00 PM
 
Archive Date
02/06/2026
 
Point of Contact
Kirsten Prechtl, Phone: 3108797530, Nicole Balestreri
 
E-Mail Address
kirsten.prechtl@spaceforce.mil, nicole.balestreri@spaceforce.mil
(kirsten.prechtl@spaceforce.mil, nicole.balestreri@spaceforce.mil)
 
Description
9 December 2025: This notice has been updated to extend the proposal due date to 1500 Pacific Time on Thursday, 22 January 2026. See Amendment 1 to the RFP for further updates and instructions. ------------------------------------------------------------------------------ This is a REQUEST FOR PROPOSAL (RFP) for the Phase 3 Lane 1 Fiscal Year (FY) 2026 On-Ramp. A. Overview The United States Space Force (USSF), Space Systems Command (SSC), National Security Space Launch (NSSL) Program Operational Imperative is to deliver national security space capability to the warfighter. The NSSL Phase 3 Lane 1 approach to meet this Operational Imperative is to provide assured access to space to the integrated space architecture at affordable prices. The Phase 3 Lane 1 acquisition consists of multiple award Indefinite-Delivery Indefinite-Quantity (IDIQ) contracts. Lane 1 launch services will be procured via launch service task orders (LSTOs). Lane 1 provides awardees who can meet a subset of the NSSL requirements the opportunity to compete for ~30 missions via annual task order competitions. The NSSL program has implemented a tiered mission assurance approach that inherently accepts a higher risk to mission success to address mission specific needs. B. NSSL Phase 3 Lane 1 FY26 On-Ramp For this FY26 on-ramp, the Government intends to competitively award multiple award IDIQ contracts. These IDIQ contracts will have a three (3)-year basic ordering period and a 5-year option ordering period. The Government will reopen the original IDIQ solicitation on an annual basis to on-ramp emerging providers. As stated in Attachment 9, Evaluation Criteria, of the FY26 On-Ramp RFP, Offerors must comply with the U.S. Commercial Provider definition of the Commercial Space Act of 1998, Title II P.L. 105-303. Sec. 2(8)(A) defines US Commercial Provider as organized under the laws of the United States and is more than 50% owned by United States nationals. See also Sec. 2(2) and Sec. 2(8) of the Act. The FY26 On-Ramp RFP is attached to this notice. Sensitive RFP documents will be provided via DoD SAFE. Potential offerors must contact the Contracting Officer, Kirsten Prechtl, and courtesy copy the Contract Specialist, Nicole Balestreri, listed in this notice to receive the sensitive RFP documents. Proposals are due by 1500 Pacific Time on Monday, 22 December 2025. C. NAICS Code The NAICS code and size standard are 481212 and 1,500 employees, respectively. Small Businesses interested in subcontracting opportunities are encouraged to contact the launch service providers directly. SSC�s Small Business POCs can be reached at smallbus@spaceforce.mil. D. Questions Questions concerning the RFP must be directed to the Contracting Officer, Kirsten Prechtl, and courtesy copied to the Contract Specialist, Nicole Balestreri, listed in this notice. E. Upcoming Launch Services Fair Opportunity Proposal Requests (FOPRs) The Government intends to release draft FOPRs in 2nd quarter FY26. The Government projects release of the final FOPRs in 3rd quarter FY26.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/f991badf321440bf8abd3972bc5c9e87/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN07660771-F 20251211/251209230042 (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!  © 1994-2024, Loren Data Corp.