Skip to content
Department of Defense

Spaceport and Launch Assessment Study (SPLAS)

Solicitation: FA2521SPLASRFI
Notice ID: 7389f4f01394496498514383b209a827
TypeSources SoughtNAICS 541715PSCR425Set-AsideNONEDepartmentDepartment of DefenseAgencyDept Of The Air ForceStateFLPostedApr 15, 2026, 12:00 AM UTCDueMay 15, 2026, 07:00 PM UTCCloses in 31 days

Sources Sought from DEPT OF THE AIR FORCE • DEPT OF DEFENSE. Place of performance: FL. Response deadline: May 15, 2026. Industry: NAICS 541715 • PSC R425.

DoD CMMC Readiness
Modern compliance support by Federal Bid Partners

CMMC support options for this DoD solicitation

As DoD CMMC rollout expands, approximately 80%+ of DoD solicitations are expected to include cybersecurity/CMMC requirements, including many non-tech scopes.

Done-for-you service
CMMC start-to-finish with FBP
$2,000
Registered Practitioner logo
Guided by a Registered Practitioner with practical DoD workflow support.
  • Gap review, remediation roadmap, and implementation support
  • Policy package, evidence mapping, and submission prep
  • Designed for primes and subs across non-tech and tech work
Start CMMC with Federal Bid Partners →
AI-powered application
CMMC Pulsar™ start-to-finish
$399
CMMC Pulsar logo
First-of-its-kind CMMC Pulsar™ app to run your CMMC workflow with AI assistance.
  • Structured checklist, AI guidance, and progress tracking
  • Build evidence and controls with clearer next-step workflows
  • Ideal for teams that want speed plus affordability
Open CMMC Pulsar™ →
Solicitation context: FA2521SPLASRFI. Requirements vary by acquisition and contract type; COTS-only exceptions may apply.

Market snapshot

Awarded-market signal for NAICS 541715 (last 12 months), benchmarked to sector 54.

12-month awarded value
$6,850,169,673
Sector total $5,898,386,249,043 • Share 0.1%
Live
Median
$6,971,053
P10–P90
$1,207,293$53,520,637
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.1%
share
Momentum (last 3 vs prior 3 buckets)
-55%(-$2,599,559,742)
Deal sizing
$6,971,053 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Map for FL
Live POP
Place of performance
Cape Canaveral, Florida • 32920 United States
State: FL
Contracting office
Patrick Sfb, FL • 32925-3237 USA

Applicable Wage Determinations

SAM WDOL references matched to this opportunity's location and scope language.

WD Directory →
Best fit for this contractDavis-Bacon
FL20260202 (Rev 1)
Match signal: state matchOpen WD
Published Jan 16, 2026Florida • Duval
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR
Base $28.00Fringe $12.30
Rate
CARPENTER (Includes Drywall Hanging and Form Work)
Base $23.63Fringe $13.30
+27 more occupation rates available in the full WD.
View more for this contract
3 more WD matches and 27 more rate previews.
Davis-BaconBest fitstate match
FL20260202 (Rev 1)
Open WD
Published Jan 16, 2026Florida • Duval
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR
Base $28.00Fringe $12.30
Rate
CARPENTER (Includes Drywall Hanging and Form Work)
Base $23.63Fringe $13.30
Rate
ELECTRICIAN (Includes Low Voltage Wiring)
Base $35.60Fringe $14.97
+26 more occupation rates in this WD
Davis-Baconstate match
FL20260104 (Rev 1)
Open WD
Published Jan 16, 2026Florida • Baker
Rate
ELECTRICIAN
Base $35.60Fringe $14.97
Rate
OPERATOR: Oiler
Base $24.84Fringe $13.60
Rate
IRONWORKER, STRUCTURAL AND REINFORCING
Base $29.50Fringe $12.98
+24 more occupation rates in this WD
Davis-Baconstate match
FL20260111 (Rev 1)
Open WD
Published Jan 16, 2026Florida • Duval
Rate
ELECTRICIAN
Base $35.60Fringe $14.97
Rate
OPERATOR: Oiler
Base $24.84Fringe $13.60
Rate
IRONWORKER, STRUCTURAL
Base $29.50Fringe $12.98
+23 more occupation rates in this WD
Davis-Baconstate match
FL20260126 (Rev 1)
Open WD
Published Jan 16, 2026Florida • Nassau
Rate
ELECTRICIAN
Base $35.60Fringe $14.97
Rate
OPERATOR: Oiler
Base $23.05Fringe $13.60
Rate
IRONWORKER, STRUCTURAL
Base $29.50Fringe $12.98
+23 more occupation rates in this WD

Point of Contact

Name
Jose L. Plasencia
Email
jose.plasencia.2@spaceforce.mil
Phone
Not available
Name
Kristin Burk
Email
kristin.burk.1@spaceforce.mil
Phone
Not available

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE AIR FORCE
Subagency
SPACE SYSTEMS COMMAND
Office
FA2521 45 CONS PK
Contracting Office Address
Patrick Sfb, FL
32925-3237 USA

More in NAICS 541715

Description

SECTION I. INTRO

Space Systems Command (SSC)/International Affairs (IA) and a partner nation (PN) have accepted a Letter of Request (LOR) for Letter of Offer and Acceptance (LOA) to conduct studies and develop a process to enable launch of PN National Security satellites from their sovereign spaceport.  As the owners of the USSF space launch mission, PAE Space Access was identified as the project manager for the Foreign Military Sales (FMS) case.  Following an initial solicitation attempt that did not result in award, Space Access is conducting market research to assess the viability of accomplishing the PN’s desired objectives with a revised Statement of Work.

This is a Request for Information (RFI). PAE Space Access seeks vendor capability information in support of the Technical Services Case scope and requirements listed in Section II and III. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. This RFI constitutes neither a solicitation, guarantees future solicitation, nor restricts the Government to any ultimate acquisition approach. This RFI should not be construed as a commitment by the government for any purpose. Requests for a solicitation will not receive a response. The government will not reimburse contractors for any cost associated with preparing or submitting a response to this notice.  SSC Federally Funded Research and Development Center (FFRDC), Advisory and Assistance Services (A&AS), and contractors serving in the role of Systems Engineering and Technical Assistance (SETA) may be reviewing data submitted in response to this RFI; respective employees have standard Non‐Disclosure Agreements available to the cognizant Government contracting offices. 

PAE Space Access, in coordination with IA and PN, is seeking industry input to identify potential capabilities/services for technical assistance in the assessment of requirements and interfaces of a launch system and a third-party contractor designed, developed, and operated spaceport. The assessment would cover/include facilities for launch, launch integration, space vehicle processing and integration, providing mission assurance, and day-of-launch activities for the PN’s ongoing military modernization effort. PAE Space Access is seeking specific technical studies information described in Section III of this RFI. This RFI supports the analysis of ONE request; however, SSC/IA anticipates similar requests from other PNs and may repurpose the market research garnered from this RFI to respond to future LORs for LOAs. RFI responses should therefore focus on providing the necessary information to allow PAE Space Access to understand your firm’s ability to assess spaceport processes and infrastructure and inform a launch mission assurance process for a PN. This includes providing the technical background that demonstrates a deep level of knowledge and experience as it relates to the entirety of launch site development, build, and mission integration. This should include experience and knowledge of launch system facilities, processes/procedures, safety requirements (flight and ground), logistics (e.g. international shipping), security (physical and cyber), radio frequency (RF) communications and tracking, and other pertinent information that describes your ability to provide the technical assistance requested. Finally, information on any tools your firm uses or has developed to manage requirements, provide mission assurance analysis, develop/manage and execute plans should be included. 

SECTION II. SCOPE

The objective of the Technical Services Case is to provide the PN with the necessary engineering, logistical, and technical assistance to successfully establish a National Security Space Launch (NSSL) service from a sovereign spaceport utilizing a US commercial launch vehicle (CLV), with a priority focus on tailoring USSF best practices for National Security launch operations and mission assurance from the spaceport. This includes:
a.    Developing a familiarization with the launch vehicle capability and support systems
b.    Tailoring US Space Force spaceport development and operations best practices, for launch of national payloads from the spaceport to the PN context
c.    Identifying potential mission risks and mitigation strategies associated with using the CLV for PN NSSL
d.    Providing technical documentation and support to enable PN to effectively monitor and control the CLV launch pad as it relates to PN NSSL service
e.    Assessing the requirements and interfaces of the CLV launch system and the spaceport
f.    Providing launch mission assurance assessment expertise

Timeline for completion of all studies is a 12-month period of performance as requested by the PN. 

Reference the attached SOW for the full scope of requirements.

SECTION III. REQUIREMENTS

At the conclusion of the case the following deliverables will have been completed:
CRDL No. - CDRL Title - Reference SOW Sec.
A01 - General Launch Vehicle assessment - SOW Sec. 3.1
A02 - Spaceport assessment and NSSL requirements document - SOW Sec. 3.2
A03 - National Security Launch Requirements - SOW Sec. 3.3
A04 - List of recommended education & training - SOW Sec. 3.4
A05 - Comprehensive National Security Launch Assessment and Recommendations Report and Briefing - SOW Sec. 3.5
A06 - Meeting Agendas, Meeting invitations, Minutes and Action Items, SOW Sec. 3.6

Reference the attached SOW for full details on anticipated study requirements.

SECTION IV. RESPONSE/SUBMISSION GUIDELINES
Any interested vendor shall adhere to the following for their response:
a.    Submit an overview statement of your company’s capability to provide the technical assessment of a launch vehicle and spaceport as described herein and in the attached SOW.
b.    For each study area (CDRLs A01-A05) address:
1.    Your company’s capability to provide the requested criteria; 
2.    Your company’s expertise to accurately assess what is being requested; 
3.    Any additional information your company needs from either the PN, SSC/IA, or PAE Space Access; and,
4.    Any associated risks.
c.    Include a rough order of magnitude (ROM), either as a range or estimated price, to provide these services. Each deliverable (A01-A06) shall be separately estimated/priced.
d.    Include a preliminary project schedule or initial project timeline to provide these services. Each deliverable shall have a separate estimated time to complete identified.
e.    ROM and schedule should account for all travel, administrative, or other applicable fees. 
f.    Label and portion-mark responses appropriately; the overall classification of an RFI response shall not exceed NATO SECRET.
g.    Provide an initial plan or discuss how ITAR will be addressed.
h.    Include your company name, address, Unique Entity Identifier (UEI) number, date of submission, and a RFI response POC with an email address and phone number.
i.    Include your business size under the applicable NAICS code (541715) and also list any available existing federal contract vehicles or awards your company currently holds that could be used to place these services (i.e. GSA MAS, OASIS+, etc.)
j.    Do not include unnecessary brochures, marketing materials, or proposals; they will not be considered.
k.    Do consider including any proficiency demonstrations, use cases, and lessons learned.
l.    Responses should use 8.5 x 11-inch portrait format pages, single-spaced, using a 12-point font
machine readable font such as Arial or Times New Roman, with 1” margins. Landscape format is acceptable for charts or graphs.
m.    Do not exceed 10 pages for responses.
n.    Responses should be in either PDF or Microsoft Word-compatible format.
o.    Submit RFI responses via e-mail to the POCs below:
Jose L. Plasencia, Contracting Officer, jose.plasencia.2@spaceforce.mil
Ryan R. Hann, Contracting Officer, ryan.hann.2@spaceforce.mil
Kristin Burk, Program Manager, kristin.burk.1@spaceforce.mil
p.    RFI responses are due by 1500 local time on 15 May 2026.
 

Files

Files size/type shown when available.

No public attachments surfaced yet. Some owner portals gate files behind registration, and BidPulsar keeps enriching the package as new public links appear.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

FAQ

How do I use the Market Snapshot?

It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.

Is the data live?

The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.

What do P10 and P90 mean?

P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.