Spaceport and Launch Assessment Study (SPLAS)
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Space Systems Command (SSC)/International Affairs (IA), in coordination with PAE Space Access, is conducting market research for a Spaceport and Launch Assessment Study (SPLAS). This Request for Information (RFI) seeks industry input to assess the viability of enabling a partner nation (PN) to launch National Security satellites from their sovereign spaceport. Responses are due by May 15, 2026. This RFI is for planning purposes only and does not constitute a solicitation.
Scope of Work
The objective is to provide engineering, logistical, and technical assistance to the PN to establish a National Security Space Launch (NSSL) service from a sovereign spaceport using a US commercial launch vehicle (CLV). Key areas include:
- Familiarization with CLV capabilities and support systems.
- Tailoring US Space Force best practices for NSSL operations and mission assurance.
- Identifying mission risks and mitigation strategies for CLV use.
- Providing technical documentation for PN monitoring and control of the CLV launch pad.
- Assessing CLV launch system and spaceport requirements and interfaces.
- Providing launch mission assurance assessment expertise.
The anticipated period of performance for all studies is 12 months. Deliverables include a General Launch Vehicle assessment, Spaceport assessment and NSSL requirements document, National Security Launch Requirements, recommended education & training, and a Comprehensive National Security Launch Assessment and Recommendations Report.
Contract & Timeline
- Type: Sources Sought / Request for Information (RFI)
- Set-Aside: None specified
- Product Service Code: R425 (Engineering And Technical Services)
- Response Due: May 15, 2026, by 1500 local time
- Published: April 15, 2026
- Agency: DEPT OF DEFENSE, DEPT OF THE AIR FORCE, FA2521 45 CONS PK
- Place of Performance: Cape Canaveral, FL
Submission Guidelines
Interested vendors must submit a response not exceeding 10 pages (8.5 x 11-inch, 12-point font, 1" margins) in PDF or Microsoft Word format. Responses should include:
- An overview of the company's capability for technical assessment.
- For each study area (CDRLs A01-A05), address capabilities, expertise, additional information needed, and associated risks.
- A Rough Order of Magnitude (ROM) and preliminary project schedule, with separate estimates for each deliverable (A01-A06).
- An initial plan for addressing ITAR.
- Company name, address, Unique Entity Identifier (UEI), NAICS code (541715), business size, existing federal contract vehicles, and a RFI response Point of Contact (POC).
- Responses should be emailed to Jose L. Plasencia (jose.plasencia.2@spaceforce.mil), Ryan R. Hann (ryan.hann.2@spaceforce.mil), and Kristin Burk (kristin.burk.1@spaceforce.mil).
Additional Notes
This RFI is solely for market research and does not guarantee a future solicitation or contract. The government will not reimburse contractors for response costs. SSC FFRDC, A&AS, and SETA contractors may review submitted data under Non-Disclosure Agreements.