1. DESCRIPTION 1.1. Growth of the U.S. Domestic Space Launch industry has resulted in a greater demand for use of real property at U.S. Space Force (USSF) Space Launch Delta 30 (SLD 30), Vandenberg Space Force Base (VSFB) by private entities to conduct space launch activities. Ensuring that United States operators can efficiently launch, conduct missions in space, and reenter United States airspace is critical to economic growth, national security, and accomplishing Federal space objectives. 1.2. SLD 30 offers this Request for Information (RFI) to solicit interest United States Commercial Providers as defined by 51 USC§ 50101 (7) engaged in space transportation services commonly known as launch services (“Respondents”) wishing to be considered for an opportunity to obtain a real property use agreement (lease) to finance, design, construct, operate and maintain a heavy or super-heavy vertical space launch vehicle capability to provide space launch services to the Department of Defense (DoD), Non-DoD Federal, and other commercial entities at an undeveloped area identified as Space Launch Complex 14 (SLC-14) near VSFB’s southernmost point. Due to the unique attributes of SLC-14 and the goal of maximizing assured access to space in support of national security objectives, the Department of the Air Force (DAF), USSF, and SLD 30 are committed to ensuring the best use of this property. 1.3. Description of Premises is at Exhibit B. 1.4. The USSF seeks to issue a lease under 10 U.S.C. § 2667 to a launch services provider (LSP) to construct launch, recovery, and other associated space transportation infrastructure and to conduct launch and reentry activities at SLC-14. 1.5. Upon selection, the successful Respondent(s) will then enter discussions with SLD 30 regarding detailed terms and conditions of the opportunity. Alternate Respondents may be selected should the initial successful Respondent(s) fail to accept the government’s terms and conditions of the opportunity. 1.6. The selected Respondent is responsible to make all improvements necessary to develop the required space launch infrastructure to and at SLC-14 required for space launch capabilities. 1.7. The RFI points of contact, SLD 30 Program Requirements Office, SLD 30/XPR, can arrange one site visit per interested respondent for the purposes of property viewing and familiarity. Contact the notice points of contact for further assistance. The timing of the requested site visit will not extend the submittal due dates. 2. CONDITIONS 2.1. This RFI is not governed by Federal Acquisition Regulation (FAR) and is not a request for proposal, a request for quote, nor a solicitation announcement. This RFI is not for an acquisition of goods, services, technologies, or facilities for DAF consumption/use. This RFI supports a non-FAR real estate transaction granting temporary use of DAF property. 2.2. This RFI and any response and selection thereof, is intended to satisfy the competitive procedures of 10 U.S.C. § 2667 (h). 2.3. This RFI is issued solely for informational and planning purposes, and the Government is under no obligation to allocate property. The information in this RFI is current as of the publication date but subject to change and is not binding to the Government and may be amended by formal amendment, document, letter, facsimile, or electronic mail. While SLD 30 intends to select Respondents satisfying the minimum requirements, SLD 30 is under no obligation to do so and reserves the right to cancel this RFI and reject all Respondents at its sole discretion. 2.4. SLD 30 reserves the right to suspend and/or amend all provisions of the RFI and to waive informalities and minor irregularities in submissions received where it is in SLD 30’s best interest to do so. 2.5. No funds are available to fund the information requested and the Government will not pay or reimburse any costs associated with responding to this RFI. 2.6. The successful Respondent(s) will be required to maintain a valid non-negotiable Commercial Space Operations Support Agreement (CSOSA) with the USSF and non-negotiable SLD 30 CSOSA Annex B prior to the final property transaction. 2.7. The opportunity to utilize property resulting from this RFI is contingent upon the execution of a non-negotiable real property outgrant as detailed in a format approved by the Air Force Civil Engineer Center (AFCEC) and SecAF General Counsel (SAF/GCN) 2.8. The Fair Market Value (FMV) of the property will be determined by an appraisal and the cost shall be borne by the selected Respondent. The appraisal will be for the benefit of the DAF and become Government property not releasable outside of the government. 2.9. The terms of the outgrant may require rent in the form of cash or in-kind consideration in a total amount not less than the Fair Market Value (FMV) rental value (with 3% annual increments). 2.10. The successful Respondent(s) will, at their expense, provide a legal description (metes and bounds survey) of the agreed upon premises prepared by an DAF approved professional surveyor. 2.11. National Environmental Protection Act (NEPA) regulations must be satisfied prior to the DAF issuing a lease and commencement of construction activities. The successful Respondent(s) shall be responsible, at its own expense and in close coordination with the base environmental office, for preparing any required environmental impact assessment/analysis (EIA) to the satisfaction of the DAF (and its coordinating agencies as applicable) for the reasonably foreseeable environmental impacts associated with the project, as required by the NEPA. As SLC-14 is undeveloped land, an Environmental Impact Statement (EIS) and Record of Decision (ROD) is expected. 2.12. The successful Respondent(s) will, at their expense and prior to the property transaction, complete an Environmental Baseline Survey (EBS) of the premises and deliver a copy of the EBS to SLD 30 to be an exhibit to the real property outgrant. 2.13. Any proposed facility where energetic propellants and/or ordnance will be used, processed, Launched/landed or stored will require the development of an explosives site plan. This plan will be prepared by the USSF based on information provided by the successful Respondent(s) and submitted through the SLD 30 Safety Office for DoD Explosive Safety Board (DDESB) or delegated USAF officiant for approval at the successful Respondent(s) expense. 2.14. The SLD 30 selection of a respondent for a particular property is made on the best available information at the time of selection. The compatibility of a launch vehicle at the selected property is ultimately determined by the Launch Safety Analysis (LSA). The purpose of the LSA is to protect people and resources, where practical, by identifying the hazards from debris, toxics or blast distant overpressure associated with normal and malfunctioning launch, reentry, or test operations, containing and/or minimizing launch or test hazards, and mitigating the remaining risks. LSA activities are conducted as part of the launch or test operations approval process, prior to launch. A SLD 30 commitment for use of the property, evidenced by a final real property agreement, is contingent upon favorable LSA recommendation by SLD 30 Range Safety. 2.15. All costs associated with developing property and operating capabilities on SLD 30 VSFB shall be borne by the successful Respondent(s). 3. PURPOSE 3.1. Heavy/Super-Heavy Class Vehicle Capability. To meet future U.S. Government requirements, the USSF seeks to establish operational heavy or super-heavy launch capabilities at VSFB. A heavy/super-heavy launch capability at VSFB offers a strategic advantage to the USSF, enabling the deployment of larger, more capable military satellites and facilitating rapid response missions during national security emergencies. Adding heavy/super-heavy launch capabilities at VSFB enhances resilience, diversifies the government’s portfolio, and accelerates satellite constellation reconstitution due to increased lift capacity. SLC-14, near VSFB’s southernmost point, is the installation’s most viable site for large-scale heavy/super-heavy launch programs. The following information is provided only as a guide. Respondent shall make its own assessment with respect to the compatibility of the desired property with its proposed launch concept of operations. To demonstrate ability to meet this criterion, respondents should provide a list of any launch vehicle with a heavy/super-heavy lift capability to LEO that is intended to launch from SLC-14. Launch Vehicle Classification by Payload Capacity: - Small: Less than 2,000 kg - Medium: 2,000 kg – 20,000 kg - Heavy: 20,000 kg – 50,000 kg - Super Heavy: Greater than 50,000 kg 3.2. Sufficient Financial Maturity. Respondent(s) shall be capable of having private capital at risk with plans to invest private capital in space launch infrastructure for purposes of conducting its space launch activities. SLC-14 represents a unique strategic asset for the USSF, as it is one of the few locations at VSFB suitable and available for heavy/super-heavy launch operations. It is imperative that SLC-14 be actively developed; a well-funded LSP offers the greatest assurance of successful vehicle and site operations, safeguarding against potential setbacks due to financial constraints. To demonstrate ability to meet this criterion, respondents should provide documentation of current financial resources and funding status and provide inputs on developing SLC-14 infrastructure to support heavy/super-heavy launch and/or recovery operations at SLC-14. 3.3. Increase launch diversity at VSFB. The nation benefits from diverse launch systems at VSFB to mitigate the impact of vehicle/infrastructure anomalies, work stoppages, and supply chain disruptions. Therefore, to enhance national security resilience and readiness by increasing the pool of LSP’s, SLD 30 seeks to allocate SLC-14 to a provider for the development and operation of a launch vehicle not currently operational at VSFB. To demonstrate ability to meet this criterion, respondents should address whether your intended vehicle for SLC-14 currently has a launch site at VSFB. 3.4. Maximize the Benefit to the Space Industry and U.S. Economy. Ensuring that U.S. operators can efficiently launch, conduct missions in space, and reenter U.S. airspace is critical to economic growth, national security, and accomplishing Federal space objectives. Allocating SLC-14 for development of a heavy/super-heavy capable launch vehicle is beneficial to the space industry, economy and national defense as these launch vehicles enable larger payloads, new mission architectures, cost reductions, and strategic advantages. To demonstrate ability to meet this criterion, respondents should describe any unique capabilities of the intended launch vehicle (e.g., point-to-point delivery, payload return, survivability, re-use) and the associated benefits for DoD, the space industry, and the U.S. economy. 3.5. Highest Technical Maturity. SLD 30's objective is to maximize the use of SLC-14 by allocating it to a launch service provider whose technically mature launch vehicle can begin operations within approximately five years of a real property outgrant (lease) being issued. A provider with a more technically mature vehicle is demonstrably better positioned to initiate operations quickly at SLC-14. To demonstrate ability to meet this criterion, respondents should submit a schedule of projected milestones proposing how the intended vehicle could be operational on SLC-14 within five years of a real property outgrant (lease) being issued. 3.6. Maximize Productivity with Limited Adverse Impacts. Proposed launch operations must balance maximizing launch opportunities with minimizing disruptions to existing missions, enabling the Government to protect public safety, preserve critical resources, and optimize prior investments. Safety is paramount and requires SLD 30 to strategically approach launch capability development at VSFB. Operational approval for any launch vehicle program requires a detailed understanding of launch parameters, including launch rates, payload details, safety considerations (explosive arcs and hazard areas), and impact mitigation strategies. To balance government needs with the growth of the space launch industry, all Respondents interested in developing heavy/super-heavy lift capabilities at VSFB will be evaluated with an emphasis on optimal site use, safety and spaceport interoperability. To demonstrate ability to meet this criterion, 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 for neighboring operations, and transportation routes as well as any modifications required to existing VSFB infrastructure to support operations (e.g., harbor, roads, utilities, processing). 4. SUBMISSIONS: 4.1. Interested respondents should transmit a detailed submission that addresses your company’s interest in SLC-14 and your company’s ability to meet the RFI criteria. 4.2. The requested information should be considered the minimum necessary to evaluate a Respondent’s submission. Respondents may include other information they feel will aid SLD 30 in evaluating submissions. Oral submissions of information are not acceptable. Suggested submission content, order, and indexing are provided at Exhibit A for Respondent consideration. 4.3. Delivery. Proposals shall be submitted via DODSAFE File Safe protocol at https://safe.apps.mil. Please send a request to the points of contact listed below and a link will be sent to transfer the files. Please note there is a file size limit of 8 GB using this site. You will need to confirm your documents are received via a separate email. The electronic submittals shall be submitted in MS Word or PDF file format and compatible with DoD Information Technology systems. 4.4. Cover letter. The submission cover letter shall be addressed to: Space Launch Delta 30 c/o SLD 30/XPR, Program Requirements Office P.O. Box 6282 Vandenberg SFB, CA 93437 4.5. Time and Date of Transmission. Submissions must be received by 30 calendar days after RFI Original publish date (Monday if the date falls on a Saturday or Sunday). Submissions received after this date & time may not be considered for evaluation. 4.6. SLD 30 may, at its sole discretion, conduct discussions with Respondents any time after Respondent submissions and prior to selecting a Respondent. 4.7. SLD 30 may reject any submission that fails to furnish the required submittal information. Rejected submissions will not be evaluated.
Files size/type shown when available.
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
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.
The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.
P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.