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.