SATCOM Modernization
ID: FA301025Q0054Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA3010 81 CONS CCKEESLER AFB, MS, 39534-2701, USA

NAICS

Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing (334220)

PSC

IT AND TELECOM - NETWORK: SATELLITE AND RF COMMUNICATIONS PRODUCTS (HW, PERPETUAL LICENSE SOFTWARE) (7G22)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the SATCOM Modernization project, aimed at replacing existing Ground Multi-Band Terminals (GMT) with three high-performance SATCOM terminals. The procurement requires the terminals to feature integrated modems capable of various waveforms, a Network Access Assembly for command and control, and must be portable and interoperable across multiple satellite bands, with an emphasis on improved performance and rapid deployment capabilities. Interested vendors should note that the response deadline has been extended to November 3, 2025, and must submit their proposals to Keesler AFB, MS, with a firm-fixed pricing structure. For further inquiries, contact Zachary Willard at zachary.willard.1@us.af.mil or Markos Mendoza at markos.mendoza@us.af.mil.

    Files
    Title
    Posted
    Keesler AFB, MS, requires three sets of a Deployable Dual-Hub SATCOM Terminal system to replace existing Ground Multi-Band Terminal (GMT) and Quad-band Large Aperture Antenna (QLAA) systems. The new system must be portable, interoperable, and capable of operating across C, X, Ku, and Ka SHF bands on both commercial and military satellites. Key features include a 1.8-to-2.4 meter Small Aperture Antenna (SAA), modular multi-band operation, ruggedized transit cases, two-person deployment, and remote control via a laptop or tablet. The system will include both outdoor (SAA, modular feed boom, modem assembly, RF ODU, NAA) and indoor (ruggedized laptops/tablets, UPS) equipment. Operational requirements emphasize rapid setup/teardown, integration with 120/240 VAC power, satellite acquisition across all bands, secure interface connectivity, modem configuration, and easy feed horn swapping. Deliverables include comprehensive documentation, on-site setup, and a
    Keesler AFB, MS, requires three sets of a Deployable Dual-Hub SATCOM Terminal to replace their existing Ground Multi-Band Terminal (GMT) and Quad-band Large Aperture Antenna (QLAA) systems. The new system must be portable, interoperable, and capable of operating across C, X, Ku, and Ka SHF bands on both commercial and military satellites. Key features include a 1.8-to-2.4 meter Small Aperture Antenna, modular multi-band operation, compact design with secure mounting, ruggedized transit cases, and two-person deployment. The system also needs remote operation capabilities via a laptop or tablet, and must include both outdoor and indoor equipment. Operational requirements emphasize rapid setup/teardown, integration with 120/240 VAC power, satellite acquisition across all bands, secure interface connectivity, modem configuration, easy feed horn swapping, and comprehensive monitoring and control. Deliverables include extensive documentation, on-site setup, and a "Train-the-Trainer" program for 12 instructors and maintenance staff.
    Keesler AFB, MS, requires a Deployable Dual-Hub SATCOM Terminal system to replace existing Ground Multi-Band Terminal (GMT) and Quad-band Large Aperture Antenna (QLAA) systems. The organization needs three sets of this portable, interoperable system, capable of operating across C, X, Ku, and Ka SHF bands on both commercial and military satellites. Key features include a dual-hub configuration with 1.8-2.4 meter Small Aperture Antenna (Hub 1) and QLAA (Hub 2), modular multi-band operation, compact transit case design, two-person deployment, and remote operation via a laptop/tablet interface. The system must facilitate rapid setup/teardown, integrate with 120/240 VAC power, enable satellite acquisition, and provide comprehensive monitoring and control. Deliverables include extensive documentation, on-site setup, and operator training for 12 instructors and maintenance staff.
    The SATCOM Modernization solicitation seeks to replace GMT terminals with three separate, high-performance SATCOM terminals. Key requirements include integrated modems capable of BPSK, QPSK, OQPSK, and 8-PSK waveforms, with the DMD2050E MIL-STD-188-165A modem as the standard. The terminals must have an integrated Network Access Assembly for Ethernet command and control. While auto-acquire functionality is not required, the system must include a spectrum analyzer and pointing assistance. The modems and spectrum analyzer will be housed in a climate-controlled building, but the antenna needs to operate outdoors. Improved performance is prioritized over ease of setup, with a preference for 2.4-meter class antennas. The delivery date is flexible and will be based on the award date and vendor lead time. Certification requirements are not specified, as the systems will be used in a training environment. The request is for a single hub system, clarifying a previous error in the solicitation.
    This government solicitation (FA301025Q0054) is a Request for Proposal (RFP) for Women-Owned Small Businesses (WOSB) to provide "SATCOM MODERNIZATION" (SATCOM Terminal). The solicitation outlines requirements for commercial products and services, including detailed clauses from the Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS). Key aspects include electronic invoice submission via Wide Area WorkFlow (WAWF), item unique identification and valuation, and various contract terms and conditions covering areas like small business utilization, labor standards, and combating trafficking in persons. The document also specifies delivery to Keesler AFB, MS, by January 16, 2026, and notes that funds are not presently available, allowing the government to cancel the solicitation without obligation.
    This document, Amendment of Solicitation/Modification of Contract (Standard Form 30, Form 0001), serves as an amendment to solicitation number FA301025Q0054, dated September 22, 2025. Issued by FA3010 81 CONS CC at Keesler AFB, MS, the amendment's effective date is September 23, 2025. Its primary purpose is to update the Statement of Objectives by replacing the original "Attachment 1 - Statement of Objective" with a "Revised Statement of Objective." The document outlines procedures for offerors to acknowledge receipt of amendments, detailing methods like completing items 8 and 15, acknowledging on submitted offers, or sending separate communication. It also specifies how changes to already submitted offers can be made. This amendment ensures that all terms and conditions of the original solicitation, as modified, remain in full force and effect. The contracting officer is Zachary Willard.
    Amendment 0002 to Solicitation FA301025Q0054 revises the Instructions to Vendors—Commercial Products and Commercial Services and provides an updated Attachment 1 – Revised Statement of Objectives. Issued by the 81 CONS CC at Keesler AFB, MS, this amendment requires offerors to acknowledge receipt by completing items 8 and 15, acknowledging on each offer copy, or sending a separate communication. Offers must include a completed SF1449 with all required information, including company details and CAGE code, and acknowledge amendments. Submissions must address Compliance, Technical, and Price factors, including the Revised Statement of Objectives, material lists, specifications, and transit case drawings. All prices must be firm-fixed and rounded to two decimals. Questions are due by October 10, 2025, at 10:00 AM CDT. This amendment ensures all terms and conditions of the original solicitation remain in effect.
    This document, Amendment/Modification Number FA301025Q00540003 to Solicitation Number FA301025Q0054, extends the response due date for offers. Issued by the 81 CONS CC at Keesler AFB, MS, the amendment changes the response due date from October 23, 2025, to November 3, 2025, at 2:00 PM Central Standard Time. Offerors must acknowledge receipt of this amendment through specified methods, such as completing items 8 and 15 of the amendment, acknowledging it on their offer, or sending a separate letter or electronic communication. Failure to acknowledge receipt by the new deadline may result in the rejection of the offer. This modification ensures that all terms and conditions of the original solicitation remain in full force and effect, except for the extended response period.
    Lifecycle
    Title
    Type
    SATCOM Modernization
    Currently viewing
    Solicitation
    Similar Opportunities
    USSF COMSATCOM Forecast to Industry Future Requirements Fiscal Year (FY) 2025-2026 (May 2025)
    Buyer not available
    The United States Space Force (USSF) is preparing to issue Requests for Proposals (RFP) for Commercial Satellite Communications (COMSATCOM) services for Fiscal Year 2025-2026. The anticipated procurement will focus on three primary service categories: COMSATCOM Transponded Capacity (CTC), COMSATCOM Subscription Services (CSS), and Complex Commercial SATCOM Solutions (CS3), which are essential for supporting military operations through satellite bandwidth leasing and custom solutions. The projected lifecycle values for these contracts range from under $300,000 to approximately $905 million, with specific projects including Ku Band and C Band bandwidth for range testing and high-throughput services for data applications. Interested parties should note that the timeline for anticipated RFQ releases is from June to December 2025, with awards expected in late 2025 and early 2026. For further inquiries, contact John Seacrist at john.seacrist@spaceforce.mil.
    ULTRA-BROADBAND TERAHERTZ RADIO DEVELOPMENT
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is seeking innovative research proposals for the development of ultra-broadband terahertz radios operating above 100 GHz, aimed at enhancing future Air Force communications capabilities in contested spectrum environments. This Broad Agency Announcement (BAA), numbered FA8750-23-S-7009, is an open, two-step process that will accept initial submissions in the form of white papers until September 19, 2028, with formal proposals accepted by invitation only. The total estimated funding for this initiative is approximately $9.9 million, with individual awards ranging from $200,000 to $4 million over a period of up to 36 months, and multiple awards are anticipated. Interested parties should direct technical inquiries to Peter A. Ricci at peter.ricci.1@us.af.mil or Amber Buckley for contractual questions at amber.buckley@us.af.mil, and are encouraged to monitor the SAM website for any amendments to the announcement.
    58--MODEM,COMMUNICATION, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the repair and modification of communication modems. This procurement is a sole source requirement, indicating that the government does not possess sufficient data to contract with any source other than the current approved supplier, necessitating Government Source Approval prior to award. The items are critical for maintaining operational capabilities in communication systems, and interested vendors must submit the required documentation as outlined in the NAVSUP WSS Source Approval Brochure. Proposals must remain valid for a minimum of 120 days, and inquiries should be directed to Cody Cameron at cody.p.cameron.civ@us.navy.mil.
    ANTENNA
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Land and Maritime, is seeking proposals for the procurement of 39 units of antennas, specifically NSN 5985-01-308-1819, under a presolicitation notice. The procurement is categorized under Other Than Full and Open Competition, with approved sources including Aerospace & Commercial Technologies and Lockheed Martin Corporation, and the government requires delivery within 180 days to Hill AFB, Utah. This solicitation emphasizes the importance of quality conformance and export control of technical data, and interested vendors must have an approved Joint Certification Program (JCP) certification to access the necessary data. Proposals will be evaluated based on price, delivery, and past performance, with the solicitation expected to be available around November 10, 2025, on the DLA Internet Bid Board System (DIBBS). For further inquiries, interested parties can contact Angie Hernandez at Angie.Hernandez@dla.mil or by phone at 614-693-0248.
    MFT 25-96 - DCC Surveillance System
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified vendors for the MFT 25-96 - DCC Surveillance System, as indicated in a Special Notice. This procurement is set aside for small businesses and aims to acquire communications security equipment and components, classified under the NAICS code 334220. The goods and services are critical for enhancing surveillance capabilities within the military framework. As of September 25, 2025, the solicitation is currently on hold indefinitely. Interested parties can reach out to Mr. Michael Goetz at michael.goetz.7@us.af.mil or by phone at 707-424-7788, or Mr. Vitaliy Kim at vitaliy.kim.1@us.af.mil or 707-424-7740 for further inquiries.
    58--COMPACT TERMINAL, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting bids for the repair and modification of Compact Terminals. The procurement aims to secure a contractor capable of providing a Repair Turnaround Time (RTAT) for the terminals, which are critical for communication and operational efficiency within military operations. Interested contractors must ensure compliance with specific quality assurance standards and provide detailed quotes including unit prices and RTAT, with the potential for price reductions for delays in meeting the RTAT. For further inquiries, interested parties can contact Ethan Lentz at 717-605-2892 or via email at ETHAN.K.LENTZ.CIV@US.NAVY.MIL.
    USSF Commercial Satellite Communications (COMSATCOM) Forecast to Industry Future Requirements Fiscal Year (FY) 2025-2026
    Buyer not available
    The United States Space Force (USSF) is preparing to issue potential Requests for Proposals (RFPs) for Commercial Satellite Communications (COMSATCOM) services for Fiscal Year 2025-2026. The procurement will focus on acquiring satellite communication services, including Transponded Capacity, Subscription Services, and Complex Commercial SATCOM Solutions, to enhance the operational capabilities of the Department of Defense. This initiative is critical for maintaining effective communication infrastructure and adapting to emerging technology needs across military operations, with anticipated projects such as the USAFRICOM COMSATCOM Services Blanket Purchase Agreement valued between $215 million and $225 million. Interested industry stakeholders can contact John Seacrist at john.seacrist@spaceforce.mil for further information, with the attachment detailing requirements current as of December 2024.
    USSF COMSATCOM CSCO Forecast to Industry Future Requirements Fiscal Year (FY) 2026 (as of Oct 2025)
    Buyer not available
    The United States Space Force (USSF) is seeking industry input regarding future requirements for Commercial Satellite Communications (COMSATCOM) for Fiscal Year 2026. The procurement will focus on potential Requests for Proposals (RFPs) and Requests for Quotes (RFQs) related to satellite communication capabilities, which include services such as COMSATCOM Transponded Capacity, Subscription Services, and Complex Commercial SATCOM Solutions. This initiative is critical for enhancing satellite communication capabilities, which support various military operations and strategic objectives. Interested parties can reach out to John Seacrist at john.seacrist@spaceforce.mil for further information, with the forecast document being current as of September 30, 2025.
    PRODUCT DEMONSTRATION FOR NORTH ATLANTIC TREATY ORGANIZATION (NATO) COMMUNICATIONS INFORMATION AGENCY (NCIA) UHF TACTICAL SATELLITE (TACSAT) RADIO FOR FOREIGN MILITARY SALES (FMS)
    Buyer not available
    The Department of Defense, specifically the U.S. Army Contracting Command at Aberdeen Proving Ground, is conducting a Sources Sought market survey for the demonstration of Ultra-High Frequency (UHF) tactical satellite radio systems intended for Foreign Military Sales (FMS) to the North Atlantic Treaty Organization (NATO) Communications Information Agency (NCIA). The objective is to identify potential vendors capable of demonstrating their products, specifically the AM3T radio system, which must meet stringent technical requirements, including JITC certification for NATO Integrated Waveform and compliance with U.S. Type 1 and NATO SECAN secure communications standards. This opportunity is crucial for enhancing NATO's tactical communication capabilities and ensuring operational readiness. Interested parties must submit their capabilities statements and relevant documentation by December 17, 2025, with all inquiries directed to Contract Specialist Naomi Cross at naomi.cross2.civ@army.mil.
    Extra Large Deployable Terminal (XLDT) Hardware and Integration Services - Request for Information (RFI)
    Buyer not available
    The Department of Defense, specifically the U.S. Army, is seeking information from industry partners regarding the provision of Hardware and Integration Services for the Extra Large Deployable Terminal (XLDT) system. This Request for Information (RFI) aims to gather insights on capabilities to support the development of a transportable, multiband satellite terminal that ensures robust backhaul support, operational resilience, and integration of advanced communication technologies for military operations. The XLDT system is critical for maintaining secure communications across various classification levels and must be scalable, modular, and compliant with military standards. Interested parties are encouraged to submit their responses by December 15, 2025, to the designated contacts, Tiffany Conway and Catherine Micolucci, via email, as the information will be used to refine a potential future Request for Proposal.