Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 07, 2026 SAM #8808
SOURCES SOUGHT

99 -- Space- and Ground-Based Environmental Monitoring (EM) Commercial Data and Services Request for Information (RFI)

Notice Date
1/5/2026 4:18:28 PM
 
Notice Type
Sources Sought
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
FA8810 SPACE SENSING SSC/SNK EL SEGUNDO CA 90245-2808 USA
 
ZIP Code
90245-2808
 
Solicitation Number
FA8810-26-RFI-EM
 
Response Due
2/20/2026 5:00:00 PM
 
Archive Date
03/07/2026
 
Point of Contact
David Kirkland, Phone: 3106532461, SYD 810 Org Box
 
E-Mail Address
david.kirkland.9@spaceforce.mil, SSC.SN.Industry_Day@spaceforce.mil
(david.kirkland.9@spaceforce.mil, SSC.SN.Industry_Day@spaceforce.mil)
 
Small Business Set-Aside
NONE No Set aside used
 
Description
Section 1: Introduction This RFI seeks to gather information from potential suppliers to inform the development of a comprehensive strategy and validate the feasibility of leveraging commercial solutions to meet United States Space Force (USSF) requirements. The Government is seeking industry feedback, recommendations, and best practices during the market intelligence phase of this effort. Please do not provide generic capability statements. The Government is seeking well defined responses with supporting documentation to assist in developing acquisition strategies. ***This is not a request for proposals. All information provided is optional; and it will be used to assist the Government in determining its future acquisition strategy.*** Section 2: Project Overview Description(s): This RFI is issued by the Space Systems Command (SSC) System Delta 810 (SYD 810), Space-Based Sensing and Tracking. Additional market research may or may not be conducted. Responses from all sizes of vendors are encouraged and should align with prior or ongoing solicitations relevant to Space-Based Environmental Monitoring (SBEM) and Ground-Based Space Environmental Monitoring (GBSEM) technologies and services. SSC continues to advance an enterprise-wide initiative to develop, acquire, and integrate space-based and ground-based environmental sensing systems to meet Department of War (DoW) global weather and environmental monitoring needs. The objective is to enhance the resilience, responsiveness, and accuracy of environmental data products supporting operations, planning, and decision-making across the DoW. This RFI focuses on the following areas: Technology Innovation: The Government seeks innovative solutions that advance remote-sensing capabilities�SBEM observing terrestrial, atmospheric, and near-Earth phenomena, including Geostationary Earth Orbit (GEO), Highly Elliptical Orbit (HEO), and Beyond Geosynchronous Orbit space phenomena, including GBSEM observing upper-atmospheric and broader space-environment phenomena. Emphasis should be placed on novel sensors and payloads that improve spatial and temporal resolution; algorithms and processing techniques that enhance data quality, mitigate interference, and restore degraded observations; and modular, scalable architectures enabling rapid integration into existing or emerging environmental monitoring constellations. The Government seeks solutions for the following technical priorities: Compact, Low-Cost GEO/HEO Imagers � Sensing capabilities sought after for Theater Weather Imagery (TWI) and Cloud Characterization (CC), suitable for deployment as commercially hosted payloads or on dedicated, low-cost space vehicles within a geostationary orbit. For specific desired sensing capabilities for this requirement, refer to Section 3, Table 1. Modular, Agile Low Earth Orbit (LEO)/GEO/HEO Platforms � Capability to design, field, and operate spacecraft with supporting commercial ground-commanding and data-processing infrastructure to meet environmental monitoring mission needs across various orbital regimes. Innovative Environmental Monitoring Technologies � Low-cost, compact instrumentation across all sensing modalities supporting data collection of the environmental phenomena identified in Section 3, Table 1. Space Weather and Atmospheric Sensing � Instruments for monitoring ionospheric density, energetic-particle flux, scintillation, and solar-radio disturbances from both space- and ground-based vantage points. Also of interest, are sensors for measuring neutral atmospheric profiles (e.g., via Global Navigation Satellite System (GNSS) radio occultation and reflectometry) to support terrestrial weather forecasting and numerical weather prediction (NWP). Algorithms and Novel Processing Solutions � Algorithms, on-orbit and ground processing, to include Artificial Intelligence/Machine Learning (AI/ML) for cross-sensor calibration, data merging, and restoration of degraded measurements. Commercial Delivery and Pricing Models: The Government seeks information on innovative commercial delivery and pricing structures for both hardware and data services, including turnkey or hosted-payload solutions, spacecraft and ground-network delivery, and scalable Data-as-a-Service (DaaS) models. Respondents are encouraged to describe business approaches that enable rapid acquisition, predictable cost, and mission flexibility across SBEM and GBSEM architectures. SBEM/GBSEM Commercial DaaS: The Government seeks opportunities to procure SBEM and GBSEM data from modern and resilient commercial architectures to supplement data from the existing government or civil owned and operated SBEM/GBSEM family of systems. Dual-Use Capabilities: The Government highly encourages SBEM and GBSEM systems and concepts with dual-use commercial applications. Dual-use capabilities could also include support to other Government non-SBEM or non-GBSEM mission areas. Respondents are encouraged to describe their existing or planned commercial business case and/or support to future Government mission areas not directly related to SBEM and GBSEM. Collaborative Partnerships: The Government highly encourages collaboration with international and academic partners to accelerate innovation and delivery of operationally resilient capabilities. Respondents should describe existing or potential partnerships that leverage complementary expertise and infrastructure in support of SBEM and GBSEM objectives. Applicability to Environmental Monitoring Mission This RFI seeks to collect information on technologies and integrated systems relevant to the prioritized terrestrial and space weather sensing parameters identified by the DoW and listed in this document (see Section 3, Table 1). Respondents should describe how their capabilities contribute to the SBEM/GBSEM mission area and enable a more comprehensive, integrated, and hybrid DoW environmental sensing architecture. Section 3: Requested Information Respondents are requested to provide information on the topics below, referencing the strategic priorities outlined in Section 2. The Government also welcomes suggestions on policy changes that would make commercial collaboration more efficient and effective. Requested Topics Responses should answer the requests below by describing how each proposed capability contributes to addressing prioritized environmental parameters identified in this RFI (see Section 3, Table 1). Ensure that responses identify which specific item below (e.g., Section 3.X) is being addressed. Applicable SBEM & GBSEM Technologies and Capabilities Describe your company�s technology or capability applicable to SBEM/GBSEM remote sensing or analysis requirements. Identify which specific environmental parameters or mission areas the capability addresses (see Section 3, Table 1). Provide key technical attributes and estimates regarding size, weight, and power; types of sensors; specific spectral range of sensors; radiometric sensitivity; geographic coverage; end-to-end data latency; projected refresh rates; and architecture (e.g., hosted payload, dedicated spacecraft, ground-based). The Government is interested in understanding existing or emerging commercial capabilities that can be used to rapidly deliver innovative solutions addressing SBEM and GBSEM objectives or augment existing capabilities. These capabilities may include, but are not limited to, multispectral and hyperspectral sensors across environmentally relevant portions of the electromagnetic spectrum; GNSS radio occultation and reflectometry techniques; and AI/ML processes to improve data quality and reliability, to support near-real-time environmental monitoring. If applicable, describe your company�s ability to design, manufacture, and rapidly field spacecraft buses capable of operating in relevant orbital regimes (e.g., LEO, GEO, or HEO). Of particular interest to SSC are small-satellite LEO and GEO modular platforms that enable agile constellation concepts for SBEM missions. Identify any supporting software, AI/ML, or data-processing algorithms used for calibration, image correction, or anomaly mitigation. SSC specifically is seeking information on AI/ML that can augment degraded capabilities on existing platforms or perform risk reduction on LEO imagery stitching. Include any demonstrated performance on degraded data recovery or risk reduction for LEO imagery stitching, if applicable. As appropriate, provide an assessment of the Technology Readiness Level (TRL) and anticipated development milestones. Clearly identify operational assumptions, constraints, and/or limitations of the technology. Describe any known technical risks and regulatory, operational, or market challenges that are foreseen in development, deployment, and sustainment of commercial environmental monitoring capabilities to meet DoW capability needs outlined in Section 3, Table 1. System Development, Testing, and Demonstration Readiness Describe the extent to which the technology, including any supporting AI/ML algorithms or automation components, has been modeled, simulated, or otherwise validated to assess predicted performance and ensure data quality and reliability. Summarize environmental, qualification, and functional testing performed or planned, including test objectives and outcomes where available. Provide information on flight heritage, TRL, or analogous system demonstrations, if applicable. Identify potential on-orbit, hosted-payload, or ground-based demonstration opportunities and provide representative timelines. Where applicable, discuss your company�s approach to spacecraft mission operations, including commercial ground commanding, data downlink, and processing infrastructure required to operate in the identified orbital regime(s). Identify any existing or partner ground-control networks that would support operations across LEO, GEO, or HEO systems. Describe lifecycle sustainment and resiliency, including plans for end-of-life operations, rapid reconstitution, and continuity of service following failure or loss. Highlight design features that enhance mission assurance�such as redundant or distributed architectures, multi-antenna or multi-band communications, and rapid sensor or spacecraft replacement�to ensure enduring operational capability. Scalability, Affordability, and Tailoring Discuss your company�s approach for ensuring the capability is scalable and affordable to meet current and future (e.g., multidecadal) USSF and DoW requirements, including a description of the data availability and reliability. Describe options for tailoring or reconfiguring the system for different orbital regimes, mission durations, or spectral requirements. Explain how your company leverages other commercial or shared architectures to reduce non-recurring engineering and operational costs. Indicate if your company currently holds DoW or Indefinite Delivery, Indefinite Quantity contracts, or Other Transaction Authority awards that could be leveraged. Integration, Compatibility, and Data Standards Discuss your company�s ability to utilize standard environmental data formats (e.g., netCDF, HDF5) for efficient data delivery and assimilation into DoW Meteorology and Oceanography workflows. Identify how data is distributed, stored, and accessed (e.g., Application Programming Interface (API), cloud infrastructure, DaaS). Include a description of data delivery concept. Describe the use of AI/ML algorithms or automated workflows to harmonize, cross-calibrate, or recover data from multiple sensors or degraded observations. Describe cybersecurity controls implemented in your architecture. Cost Framework for Engineering and Data-as-a-Service Options The Government is seeking to understand how vendors price their products and data services in the commercial market. This information is critical for future budget and program planning. Please provide Rough Order of Magnitude (ROM) information based on your standard commercial practices. Note for Early-Stage Companies: If your offerings are still in development and have not yet established a formal commercial pricing model, please answer to the best of your ability by describing your projected or target pricing strategy. This should include the business model you plan to adopt (e.g., subscription, license), your target price points, and the key assumptions that will drive your final pricing. Information on your company's funding status and commercialization timeline is also highly valuable. Commercial DaaS Pricing: Describe your company�s typical pricing model for data services (e.g., subscription tiers, pay-per-use, enterprise license). Please provide illustrative price points for different service levels, highlighting how price is affected by key variables such as: Data Volume (e.g., cost per GB/TB, price breaks for volume) Geographic Coverage (e.g., access license vs. dedicated capacity) Refresh Rate / Latency (e.g., near-real-time vs. archived data) Data Product Level (e.g., raw data vs. value-added analytic products) Number of Users or API Calls Custom Engineering & Hardware Pricing: If the Government required a new capability (e.g., a custom sensor, a new algorithm, or a dedicated hardware platform) not currently available in your commercial catalog, describe how you would typically price this effort. Please provide ROM examples for: One-Time Engineering or Setup Fees for developing a new hardware or software solution Illustrative Pricing for Hardware if sold separately from a data service Pricing for Advanced Features (e.g., AI/ML): Describe how advanced features, such as those leveraging AI/ML for data enhancement or analytics, are priced. Are they: Included in standard subscription tiers? Priced as a separate add-on feature? Billed based on usage (e.g., cost per image processed)? Table 1 outlines the primary functional areas that comprise the Environmental Monitoring (EM) mission. These Capability Areas represent the government's specific domains of interest where we are seeking to understand and potentially acquire commercial data to support the warfighter. Table 1: Environmental Monitoring Capability Areas See attached Section 4: Submission Guidelines Vendor Information Requested: Submissions should include your organization�s pertinent information as listed below: Vendor Name and Parent Company (if applicable) Cage Code (if registered) Business Type SB/Large Vendor Point of Contact: Name/Phone number/email If your company is a small business, please describe your ability to meet the requirements outlined in FAR 52.219-14, Limitations on Subcontracting for any/all of the functional areas. This regulation is designed to prevent small businesses from acting as ""pass-throughs"" for large businesses on contracts that are set aside for small businesses. Response Submissions: RFI responses should be submitted via email with the subject line �EM RFI � (Company Name)� to the SYD 810 Org Box and Contracting Officer listed below no later than 20 February 2026 by 1700 PT.: Maj David Kirkland, Contracting Officer at david.kirkland.9@spaceforce.mil SYD 810 Org Box at SSC.SN.Industry_Day@spaceforce.mil Questions: Questions regarding this RFI shall be submitted in writing to the SYD 810 Org Box email above. Answers to questions, and if necessary, any supporting documentation will be posted to SAM.gov. The Government cannot guarantee that questions received after 10 February 2026 by 1700 PT will be answered. Response Format: Interested vendors are requested to respond to this RFI at an unclassified level via a white paper. Submissions cannot exceed seven (7) single spaced, 12-point, Times New Roman with at least one-inch margins on 8 1/2� X 11� page size. The title page and front matter such as transmittal letter, cover page, and table of contents will not count against the page limit. The response should not exceed a 5 MB e-mail limit for all items associated with the RFI response. Responses must specifically describe the contractor�s capability to meet the requirements outlined in this RFI. Vendors are allowed one RFI response per sensing gap listed in Section 3, Table 1. Section 5: Additional Information Oral communications are not permissible. SAM.gov will be the repository for all information related to this RFI. The Government plans to host an Industry Day in El Segundo, CA on 04-05 March 2026 with optional one-on-one engagement opportunities for further discussion regarding RFI responses; if interested please notify the SYD 810 Org Box and Contracting Officer no later than 10 February 2026. Further details regarding the SBEM one-on-one engagements will be provided at a later date. This RFI is issued solely for information and planning purposes (market research) to inform future SSC SBEM and GBSEM requirements and architectural trades. This RFI does not constitute a solicitation, (Request for Proposal or Request for Quotations) or a promise to issue a solicitation in the future. This RFI does not commit the Government to contract for any supply or service whatsoever. Responses to this RFI, due 20 February 2026 by 1700 PT, are not offers and cannot be accepted by the Government to form a binding contract. Furthermore and, at this time, the Government is not seeking proposals and will not accept any unsolicited proposals. Respondents are advised that the Government will not pay for any information or administrative costs incurred in response to this RFI. All costs associated with responding to this RFI will be solely at the responding party�s expense. Not responding to this RFI does not preclude participation in any future solicitations, if any are issued. Any information submitted by respondents to this RFI is strictly voluntary. All submissions become Government property and will not be returned. Proprietary information, if any, should be kept to a minimum and MUST BE CLEARLY MARKED. All information in response to this RFI marked proprietary will be handled accordingly. The Government shall not be liable for or suffer any consequential damages for any proprietary information not properly identified. Proprietary information will be safeguarded in accordance with applicable regulations. SSC has entered into contracts with Federally Funded Research and Development Center (FFRDC) and/or Systems Engineering and Integration (SE&I), and/or Systems Engineering and Technical Assistance (SETA) staff working for the Government. These could include but are not limited to: The Aerospace Corporation (FFRDC), LMI (SETA), Booz Allen Hamilton (SE&I), Science Applications International Corporation (SAIC) (SETA), Stellar Solutions (SETA), SAVI, LLC (SETA), Omni Consulting Solutions (SETA), Space Engineering and Acquisition Systems (SETA), Tecolote Research (SETA), Astrion (SETA), KBR (SETA), Integrated Design Services Group (SETA), and Exigo Corporation (SETA). These companies support the Government by performing technical reviews, systems engineering and integration analyses, cost estimation, and other advisory services. Respondents are hereby notified that all responses will be provided to SSC support contractors for services to SSC. If Respondents disagree to the release of its RFI response to any of the aforementioned firms, the Respondent must clearly state this restriction in the cover letter accompanying the RFI response. Foreign firms are advised that they will not be allowed to participate in this acquisition at the prime contractor level; however, provided they are eligible to do business with the U.S. Government they may be eligible to participate at the subcontractor level. The research and test data produced under a resultant contract may contain Military Critical Technology List information whose export is restricted by the Arms Export Control Act (Section 2751 of Title 22, United States Code) or the Export Control Reform Act of 2018 (Chapter 58 Sections 4801-4852 of Title 50, United States Code). Request certification and registration from the Defense Logistics Services Center, Federal Center, 74 North Washington, Battle Creek, MI 49016-3412 as soon as possible.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/bb7440b96f7b42ac81e81b9154452b2a/view)
 
Place of Performance
Address: El Segundo, CA 90245, USA
Zip Code: 90245
Country: USA
 
Record
SN07677830-F 20260107/260105230031 (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.