Section I: Protected Tactical Enterprise Service (PTES) Description & Background
The Protected Tactical Enterprise Service (PTES) is the ground system segment of a system designed to provide an anti-jam (AJ) wideband Satellite Communications (SATCOM) capability. The initial use of PTES is intended for the tactical warfighter using the Wideband Global SATCOM (WGS) satellites. Later phases of the program will support other suitable satellites that can be a transponder for the Protected Tactical Waveform (PTW). PTES consists of components for the Joint Hub (JH), Mission Management System (MMS), Key Management System (KMS), Key Loading and Initialization Facility (KLIF), and Network Management System (NMS). A PTES JH functions in conjunction with user terminals to support PTW operations on its Forward Link (FL) and Return Link (RL). The initial JHs are being developed and deployed to support WGS operations. A Joint Hub Variant (JHV) will be developed along with MMS upgrades to support operations on other Geosynchronous Earth Orbit (GEO) SATCOM systems and are fielded at commercial GEO gateways.
The purpose of this RFI is to conduct market research on the expected cost, schedule, and required effort associated with modifying the WGS JH design for applications at commercial GEO gateways.
Section II: Joint Hub Variant (JHV) Efforts for Protected Tactical SATCOM- Global (PTS-G)
PTS-G is part of the United States Space Force (USSF) Space Warfighting Analysis Center’s (SWAC) Broadband Force Design that is proliferated at GEO but intended for lesser contested environments than PTS-R. PTS-G is Government Owned, Contractor Operated (GOCO) and will need PTES to extend PTW support to commercial GEO gateways. This requires additional terrestrial PTES Joint Hubs (JHs) with modifications to both the JHs and the MMS. The need for JHs supporting commercial GEO gateways can be satisfied with hardening of baseline WGS PTES JHs for receiving, storing, and operating with Keying Material (KEYMAT).
The U.S. Government (USG), or Government, will provide full as-built design information regarding the baseline PTES JH, MMS, and KMS components to offerors chosen to build and deliver the new JHV capabilities and MMS upgrades for the PTS-G mission. This shall be inclusive but not necessarily limited to interface control documents, cloud configuration, existing source codes.
This RFI specifically requests information related to development and fielding efforts as outlined within this document. Responses to this RFI will be considered as Market Research in accordance with FAR Part 10 to inform the Government’s procurement strategy. The Government may or may not compete or award this requirement. Additional market research may or may not be conducted. Responses from small businesses and small disadvantaged businesses are highly encouraged. The anticipated NAICS code for this acquisition is 517810 and the size standard is $40,000,000.
Section III: Information Request
The Government is requesting information on your company’s ability to perform and deliver the requirements as identified in Enclosure A and the other enclosures listed in Section IV in response to the following prospective accomplishments:
- Describe your company’s experience related to projects similar in size, complexity, and scope of this RFI effort.
- Contractor shall design and build JHV solutions for commercial GEO gateways based on the design trades.
- Contractor shall support MMS software upgrade to accommodate the PTS-G missions.
- Contractor shall integrate, install, test, and field a PTW teleport capability at USG designated locations, both commercial and DoD operated for the PTS-G mission. In addition, shall provide test results to the Government.
- Contractor shall perform system-level and end-to-end testing for the PTS-G mission respectively.
- Contractor shall provide and configure a test environment for Independent Security Assessment (SA). This includes providing Subject Matter Experts (SMEs) as needed during the SA.
- Contractor shall design, build, and test JHVs utilizing the security controls that are allocated to other PTES JHs.
- Contractor shall perform maintenance to fielded hardware when required for upgrades or replacement of obsolete or broken parts.
- Contractor shall identify potential program risks and mitigations.
- Include company’s technical competency in SATCOM ground systems hardware and software development principles and approaches.
- Discuss your company’s ability to satisfy the PTW over PTS-G capability requirements listed above as well as to be compliant with cybersecurity and information assurance requirements.
- Contractor shall deliver a Rough Order of Magnitude (ROM) schedule for build of a JHVs solution for PTS-G at commercial GEO gateways based on the design trades.
- Contractor shall deliver a ROM of cost for build of a JHVs solution for PTS-G at commercial GEO gateways based on the design trades.
- Contractor shall deliver a list of technical documents that would be required to adequately respond to a Request for Proposal (RFP).
- Contractor shall deliver a schedule to include development, build, integration, and test, along with any associated activities (e.g., RMF approval, ATOs, ATCs, etc.) in Enclosure 1. The Government requires delivery of PTS-G JHVs No Later Than (NLT) Dec 2026. JHVs need to be delivered to OCONUS PTS-G Anchor Stations to support facility standup, Developmental and Operational testing.
Please Note: All documents listed within are draft pre-decisional, notional, for market research and not for action.
Additionally, the technical documents mentioned in “Enclosures” are provided to assist your company gain an understanding of the project scope and requirements.
Section IV: Response Format, Submittal Instructions, and Questions
Response Format – Responses shall be submitted as a white paper in PDF or Microsoft Word for Office 2007 or later compatible format, supplemented with Microsoft Word, Excel, PowerPoint, PDF, or JPG attachments as necessary. Responses shall be prepared so that when printed, they meet the following requirements: 8.5x11 inch paper, single-spaced typed lines, 1-inch margins, 12-point Times New Roman font. Tables may use 10-point font. Graphics or pictures are not allowed. Illustrations such as tables, flowcharts, organizational charts, process charts, or other similar type informational charts may be used. Respondents are responsible for ensuring the legibility of all tables, charts, etc., and should assume that when their response is printed or copied, it will be done in black and white. The Government will not accept company literature or marketing materials in response to this notice.
Response Classification – All material provided in response to this notice shall be UNCLASSIFIED, non-confidential, and non-proprietary to the maximum extent practicable. Firms providing confidential/proprietary information shall separately and clearly identify and mark all confidential/proprietary information. The Government will take all necessary steps to protect/safeguard any confidential/proprietary information not clearly marked.
Submittal POCs – Responses shall be submitted electronically. Unclassified submittals shall be submitted to Scott Lucas, Contracting Officer, at scott.lucas.1@spaceforce.mil.
Submittal Due Date – Responses are due by 12:00 PM (Pacific Time) on 21 April 2025.
Questions and Communications – All questions and communication associated with this RFI shall be submitted in writing to Scott Lucas, Contracting Officer, at scott.lucas.1@spaceforce.mil.
Section V: Disclaimers
THIS IS A REQUEST FOR INFORMATION ONLY. This notice is issued solely for information and planning purposes. It does not constitute a solicitation (Request for Proposal or Request for Quotations) or a promise to issue a solicitation in the future. This notice does not commit the Government to contract for any supply or service whatsoever. Furthermore, the Government is not, at this time, seeking proposals. Respondents are advised that the Government will not pay for any information or administrative costs incurred in response to this notice. The Government will not assume liability for costs incurred by any attendee for travel expenses or marketing efforts. All costs associated with responding to this notice will be solely at the responding party's expense.
Proprietary information, if any, should be kept to a minimum and shall be clearly marked. Please be advised that all submissions become Government property and will not be returned. In order to review RFI response, proprietary information may be given to Federally Funded Research and Development Center (FFRDC) and/or Advisory and Assistance Services (A&AS) contractors working for the Government. Non-government support contractors listed below may be involved in the review of any responses submitted. These may include but are not limited to: The Aerospace Corporation (FFRDC), MITRE (FFRDC), LinQuest Corporation (SE&I), Booz Allen Hamilton (A&AS), and their subcontractors.
Section VI: Enclosures
Enclosure 1 – Joint Hub Variant Requirements
Enclosure 2 - MIL-STD-188-164C (for public release)
Enclosure 3.a. – DODI 8510.01 (for public release)
Enclosure 3.b. – NIST SP 800-53 rev 5 (for public release)
Enclosure 3.c. - CNSSI No 1253 (for public release)