Enhanced Bandwidth Efficient Modem (EBEM)
ID: EBEM_RFI_Sources_SoughtType: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK ACC-APGABERDEEN PROVING GROU, MD, 21005-1846, USA

NAICS

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

    The Department of Defense, through the Product Manager for Wideband Enterprise Satellite Systems (PdM WESS), is seeking information from potential vendors regarding the procurement of Enhanced Bandwidth Efficient Modems (EBEM) for integration into the Department of Defense (DoD) Satellite Communications (SATCOM) Gateways. The primary objectives include modernizing existing SATCOM infrastructure, addressing increasing user demand, reducing the physical footprint of equipment, and enhancing automation and cybersecurity measures. This initiative is crucial for transitioning to Digital Intermediate Frequency (IF) networks, which are essential for maintaining effective communication capabilities within the DoD. Interested vendors are encouraged to submit their capabilities and relevant information by June 27, 2025, to Contract Specialist Keith Magaw at keith.a.magaw.civ@army.mil, with the understanding that this request for information serves solely as a planning tool and does not obligate the government to any procurement actions.

    Point(s) of Contact
    Files
    Title
    Posted
    The Product Manager for Wideband Enterprise Satellite Systems (PdM WESS) is soliciting information from potential vendors regarding the purchase of Enhanced Bandwidth Efficient Modems (EBEM) for integration into the Department of Defense (DoD) Satellite Communications (SATCOM) Gateways. The intent is to transition to Digital Intermediate Frequency (IF) networks. Both large and small businesses with relevant experience are invited to participate. Key goals include modernizing existing gateways, addressing user demand, reducing physical footprint, and enhancing automation and cybersecurity. Vendors are asked to provide information on their capabilities related to NATO standards compliance, Digital IF interface interoperability, bulk data encryption, and M&C automation features. Additionally, details about product specifications, performance metrics, and growth potential are required. The RFI emphasizes the importance of cybersecurity standards and a Risk Management Framework (RMF) to ensure system security. Responses are requested by May 30, 2025, and the solicitation serves solely as a planning tool without conferring any obligations on the government. The document provides a comprehensive framework for understanding capabilities needed in contemporary SATCOM infrastructure amid growing communication demands.
    Lifecycle
    Title
    Type
    Sources Sought
    Similar Opportunities
    RFI - Enhanced Data Rate (SEDR) Waveform onto Operational Radios
    Buyer not available
    The Department of Defense, through the Air Force Life Cycle Management Center (AFLCMC), is seeking qualified vendors to assist in porting the Enhanced Data Rate (SEDR) Waveform onto operationally relevant software-defined radios. This Request for Information (RFI) aims to identify vendors capable of performing waveform porting, integration and testing, and obtaining necessary certifications, including NSA Type-1 and airworthiness, along with providing documentation and training. The SEDR waveform is critical for enhancing communication capabilities in tactical environments, ensuring operational readiness for military applications. Interested vendors must submit a Statement of Interest by December 19, 2025, detailing their qualifications and technical experience, while questions regarding the RFI are due by November 21, 2025. For further inquiries, vendors can contact Aidan Nugent at aidan.nugent@us.af.mil or Alexandra Hutchinson at Alexandra.Hutchinson.1@us.af.mil.
    Consolidated Standard Inmarsat Broadband Global Area Network (BGAN) and Global Xpress (GX) Services for the Department of Defense (DoD) and Federal Agencies
    Buyer not available
    The Department of Defense, through the Defense Information Systems Agency (DISA), is seeking to establish a Blanket Purchase Agreement (BPA) Bridge for Consolidated Standard Inmarsat Broadband Global Area Network (BGAN) and Global Xpress (GX) Services. This procurement aims to provide essential telecommunications services to the DoD and other federal agencies, ensuring reliable and efficient connectivity for various operations. The services are critical for maintaining communication capabilities in diverse environments, supporting both operational and strategic missions. Interested vendors can reach out to primary contact Jenalle L. Hilmes at jenalle.hilmes@disa.mil or by phone at 618-418-6585, or secondary contact Ashley T. Hubert at ashley.t.hubert.civ@mail.mil or 618-418-6249 for further details.
    PL EA - Vehicle Mounted ESEA System RFI
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is issuing a Request for Information (RFI) for a Vehicle Mounted Electromagnetic Support and Electromagnetic Attack System. This RFI seeks mature commercial off-the-shelf (COTS) or government off-the-shelf (GOTS) systems capable of electromagnetic sensing and attack, aimed at informing requirements development and acquisition strategy for the Army's electronic warfare capabilities. Interested parties, particularly Cleared Defense Contractors with an active CAGE Code and a SECRET or higher Facility Clearance Level, are invited to submit white papers detailing their system's maturity, technical capabilities, and cost/schedule by December 18, 2025, at 3:00 PM EST. For further inquiries, interested vendors can contact Kimberly Barnes at kimberly.v.barnes.civ@army.mil or Kellie R. Clavijo at kellie.r.clavijo.civ@mail.mil.
    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.
    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.
    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.
    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.
    RFQ: Start a 200 MB commercial lease Intra-Europe.
    Buyer not available
    The Department of Defense, through the Defense Information Systems Agency (DISA), is soliciting quotes for a 200 MB commercial lease for intra-Europe telecommunications services. This procurement aims to establish reliable communication infrastructure, which is critical for military operations and coordination across Europe. Interested telecommunications providers must comply with specific terms and conditions outlined in the solicitation, and the evaluation will follow a lowest price technically acceptable (LPTA) source selection process. For further inquiries, potential bidders can contact Gretchen Figgins at gretchen.l.figgins.civ@mail.mil or Chad DeVries at chad.w.devries.civ@mail.mil, with all submissions required to include the requestor's UEI or CAGE code for verification.
    RFQ: Start a 200 MB commercial lease Intra-Europe.
    Buyer not available
    The Department of Defense, through the Defense Information Systems Agency (DISA), is soliciting quotes for a 200 MB commercial lease for intra-Europe telecommunications services. This procurement aims to secure reliable telecommunication access, which is critical for supporting military operations and communications within Europe. Interested vendors must comply with specific terms and conditions outlined in the solicitation, including providing pricing details for monthly recurring charges and non-recurring charges. For further inquiries, potential bidders can contact Gretchen Figgins at gretchen.l.figgins.civ@mail.mil or Chad DeVries at chad.w.devries.civ@mail.mil, as the solicitation does not have a small business set-aside and requires registration under the appropriate NAICS code (517111) for access to additional documents.
    Sources Sought Announcement (SSA) for Procurement of AMPLIFIER SUBASSEMBLY (NSN 5996-01-715-9787) used in the WIN-T INC 1 Reginal Hub Node (RHN) AN/FSC-133 system.
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) at Aberdeen, is conducting a Sources Sought Announcement (SSA) to identify potential sources for the procurement of the Amplifier Subassembly (NSN 5996-01-715-9787) used in the WIN-T INC 1 Regional Hub Node (RHN) AN/FSC-133 system. The SSA aims to gather information from companies capable of manufacturing or supplying these critical components, which are essential for the operational effectiveness of the WIN-T INC 1 fleet. The government does not possess the technical data package for these parts, and responses will assist in determining the acquisition strategy for future procurement actions. Interested parties are encouraged to submit their capabilities and relevant documentation by December 15, 2025, to the designated contacts, Joseph Weisenberger and Tiffany MacGillivary, via the provided email addresses.