SOURCES SOUGHT
99 -- Cape Canaveral Space Force Station Request for Information for Space Launch Complex-46 Lease
- Notice Date
- 12/19/2025 7:06:51 AM
- Notice Type
- Sources Sought
- Contracting Office
- FA2521 45 CONS PK PATRICK SFB FL 32925-3237 USA
- ZIP Code
- 32925-3237
- Solicitation Number
- FA252126QXXXX
- Response Due
- 1/6/2026 2:00:00 PM
- Archive Date
- 01/21/2026
- Point of Contact
- Ms. Erin White, Mr. Andrew Kohn
- E-Mail Address
-
erin.white.7@spaceforce.mil, andrew.kohn.3@spaceforce.mil
(erin.white.7@spaceforce.mil, andrew.kohn.3@spaceforce.mil)
- Small Business Set-Aside
- NONE No Set aside used
- Description
- Cape Canaveral Space Force Station Request for Information for Space Launch Complex-46 Lease � Issued December 19, 2025 This Request for Information (RFI) is in support of market research by the Department of the Air Force (DAF), United States Space Force (USSF), and Space Launch Delta 45 (SLD 45) to identify potential Launch Service Providers (LSPs) to lease Space Launch Complex 46 (SLC-46) at Cape Canaveral Space Force Station (CCSFS), Florida, part of the U.S. Eastern Range. Due to the unique attributes of SLC-46 and the goal of maximizing assured access to space in support of national security objectives, the DAF, USSF and SLD 45 are committed to ensuring the best use of this property. The USSF seeks to issue a lease under the Military Leasing Act (10 U.S.C. � 2667) to an LSP to construct launch, recovery, and other associated space transportation infrastructure and to conduct launch activities, to include reentry operations if applicable, at SLC-46. Commercial use of CCSFS real property advances U.S. space capabilities and provides launch and launch support facilities in furtherance of U.S. policy to launch national security and other Department of War (DoW) payloads into space. The DAF may execute a lease after completion of the required environmental analysis process and issuance of an environmental decision document. This action will also further Congress�s grant of authority to the Secretary of War, pursuant to 10 U.S.C. � 2276, Commercial space launch cooperation, to: Maximize the use of the capacity of the space transportation infrastructure of the Department of War by the private sector in the United States; Maximize the effectiveness and efficiency of the space transportation infrastructure of the DoW; Reduce the cost of services provided by the DoW related to space transportation infrastructure at launch support facilities and space recovery support facilities; Encourage commercial space activities by enabling investment by covered entities in the space transportation infrastructure of the DoW; and Foster cooperation between the Department of War and covered entities. SLC-46 is in the most eastern portion of the station and is capable of supporting super-heavy class launch vehicles. The DAF seeks to enhance its ability to deliver greater mission capability, expand efficient access to space, and enable cost-effective delivery to and through space. The DAF also seeks to expand launch program portfolio diversity, resiliency, and capabilities through the lease and improvement of SLC-46. SLC-46 had been used by Space Florida as an FAA-licensed multi-user commercial launch site and is currently used by the United States Navy as a missile test site. SLC-46 will need substantial modification to accommodate a new launch program. In order to use SLC-46, the current Navy capabilities must be replicated at another site on CCSFS. No lease can be granted for SLC-46 until the Navy accepts the new missile test site. The DAF will not participate in or fund the Navy relocation, and the DAF will not be responsible for demolishing any remaining infrastructure at SLC-46 once the Navy relocation is complete. Any demolition or modifications needed to SLC-46 after the Navy�s relocation will be the full responsibility of the LSP. The LSP must have a Commercial Space Operations Support Agreement (CSOSA) and CSOSA Annex with SLD 45 in order to enter into a lease for SLC-46. The DAF will charge Fair Market Value rent for the lease of SLC-46 in accordance with the Military Leasing Act. The DAF is interested in responses from companies that can demonstrate they meet the following requirements: Launching a super-heavy class vehicle The USSF seeks to expand the number of super-heavy class launch vehicles that can operate from the Eastern Range. As SLC-46 has unique attributes that can support super-heavy launch vehicles, maximizing mass to orbit per launch is a priority. For purposes of this RFI, �Super-heavy� is defined as a lift capability of greater than 50,000 kg to low Earth orbit (LEO). To demonstrate ability to meet this requirement, respondents should provide a list of any launch vehicle with a super-heavy lift capability to LEO that can launch from SLC-46 within five years of the date of this RFI. Sufficient financial maturity An LSP must have the financial maturity to bring the proposed launch vehicle into operations at SLC-46 within five years of the date of this RFI. This includes building the necessary pad infrastructure in accordance with Government safety, environmental, security, and other applicable requirements, and developing the launch vehicle and associated manufacturing and logistics tail. To demonstrate ability to meet this requirement, respondents should provide documentation of current financial resources and funding status and provide input on modifying, developing, reusing or demolishing the existing SLC-46 infrastructure to support super-heavy launch operations, to include reentry if applicable, at SLC-46 within five years. Increase launch diversity on the Eastern Range The DAF is seeking to increase the type and number of launch vehicles that operate on the Eastern Range to provide resilience in the event of a vehicle or infrastructure anomaly, factory work stoppage, supply chain disruption, or other launch impediments. With more requests than available pads, SLD 45 seeks to bring new launch vehicles to the Eastern Range rather than providing second pads for any existing launch vehicle currently operating on the Eastern Range. To demonstrate ability to meet this requirement, respondents should address whether your intended vehicle for SLC-46 currently has a launch site on the Eastern Range. Maximize the benefit to the DoW, space industry, and U.S. economy Launch services are foundational to the health of the space economy; therefore, commercial operations from SLC-46 should maximize the benefit to the DoW, space industry, and the U.S. economy. To demonstrate ability to meet this requirement, respondents should describe any unique capabilities of the intended launch vehicle (e.g., point-to-point delivery, payload return, survivability, reuse, crew transport) and the associated benefits for DoW, the space industry, and the U.S. economy. Highest technical maturity SLD 45 intends to allocate SLC-46 to an LSP with a launch vehicle that is technically mature enough to begin operating from SLC-46 within five years to best utilize the site. Categories of maturity to be considered will include: National Security Space Launch Phase Three certification, successful missions, test flights, production, vehicle documentation submitted to the DAF, and design. To demonstrate ability to meet this requirement, respondents should submit a schedule of projected milestones showing when the intended vehicle will be operational on SLC-46 within five years from the date of this RFI. Maximize productivity while limiting adverse impacts Proposed launch operations must strike an appropriate balance between maximizing productivity while also limiting adverse impacts to other launch operations to capitalize on return on investment for the Government and protect the public and preserve critical national resources. The DAF will consider the impact of the launch vehicle�s proposed operations on other operations at CCSFS in order to minimize disruption to missions at other launch complexes, while operating at the highest rate of productivity possible. SLC-46 is adjacent to SLC-36, which is a current launch site for heavy lift vehicles. The DAF will assess the impact of the launch vehicle�s explosive arcs and CONOPS on other CCSFS launch complexes including SLC-36, processing facilities, and transit routes. For vehicles that use LOX/LNG propellant, the SLD 45 Safety Office will define the explosive arcs for consistency. To demonstrate ability to meet this requirement, respondents should provide: projected launch rate, mass to orbit per launch, quantities of fuels needed, explosive arcs and hazard areas, including explosive siting maps in work or approved, mitigation alternatives for anticipated impacts to neighboring operations and transportation routes, and projected launch rates across all the company�s launch sites on CCSFS. Submissions Please address in writing your company�s interest in leasing SLC-46 and your company�s ability to meet the DAF requirements by January 6, 2026 at 1700 EST. Please email your response to Mr. Andrew Kohn, SLD 45, at andrew.kohn.3@spaceforce.mil and Ms. Erin White, SLD 45, at erin.white.7@spaceforce.mil. Please include specific details regarding your company�s ability to fulfill each of these requirements and explain how your company will demonstrate compliance. Limit your response to 15 pages, use 12-point New Times Roman font with one-inch margins on each page. Please also include the following information in your submission: Company Name and Address CAGE Code DUNS Number Point of Contact for questions Telephone Number, fax number, and email address Web Page URL Teaming Partners (if applicable) The deadline for submitting any questions to this RFI is 72 hours from date and time posted on Sam.gov. Responses to questions on this RFI will be posted through the Sam.gov Contract Opportunities website. This RFI is issued solely for informational and planning purposes. No funds are available to fund the information requested. The information in this notice is current as of the publication date but is subject to change and is not binding to the Government. Oral submissions of information are not acceptable. The Government does not intend to award a lease or any form of contract based on this RFI or to otherwise pay for the information solicited. Information submitted in response to this RFI will be treated as information only. It shall not be used as a proposal.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/fa2458d43f04463982a4d0735b99ae0b/view)
- Place of Performance
- Address: Cape Canaveral, FL 32920, USA
- Zip Code: 32920
- Country: USA
- Zip Code: 32920
- Record
- SN07671777-F 20251221/251219230036 (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 |