LNB Controllers and SATLITE Parts
ID: 21CONSSATLITEType: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA2517 21 CONS BLDG 350PETERSON SFB, CO, 80914-1117, USA

NAICS

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

PSC

RADIO AND TELEVISION COMMUNICATION EQUIPMENT, EXCEPT AIRBORNE (5820)

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 procurement of Low Noise Block (LNB) controllers and satellite components at Peterson Space Force Base in Colorado. The contract requires the delivery of 48 LNB controllers that meet specified standards, with a firm-fixed price purchase order to be awarded to the responsible offeror whose quote conforms to the solicitation requirements. This procurement is crucial for enhancing telecommunications capabilities within defense operations, emphasizing compliance with government regulations and support for small businesses, as it is a total small business set-aside. Interested vendors must submit their proposals by August 6, 2025, and direct any inquiries to Contract Specialist Aaron Smith at aaron.smith.103@spaceforce.mil or (719) 556-9087.

    Files
    Title
    Posted
    The government file outlines a Request for Proposal (RFP) for Sat-Lite LNA and LNB controllers along with satellite feeds and modules, aimed at enhancing telecommunications capabilities. It specifies the required characteristics for the LNB controllers, which should feature a 19” chassis capable of housing interchangeable hot-swap modules, with provisions for redundancy, remote control capabilities, and various interface options. The proposal includes the supply of multiple specific items such as external components, high-power LNB DC injectors, and a range of Low Noise Blocks (LNBs) and Low Noise Amplifiers (LNAs) supporting various frequency bands (Ku, C, S, X, and Ka). Key priorities include physical compatibility with the Sat-Lite Agilis 2431 antenna and the need for broad frequency support to favor vendors who can meet numerous specifications at the lowest cost. The document adheres to the structured process of federal contracting, emphasizing the importance of meeting functional requirements while ensuring cost-effectiveness. Overall, this RFP serves to procure advanced satellite communication technology that enhances operational efficiency for government applications.
    The document outlines the specifications for the acquisition of Sat-Lite LNB controllers, LNBs, and related components through federal RFPs. It details the essential characteristics of two primary categories: LNB Controllers (CLIN 0001) and Sat-Lite Feeds (CLIN 0002). The LNB Controllers must feature a modular 19” chassis with provisions for interchangeable hot-swap modules, a high-resolution touchscreen interface, and redundancy in power supplies. The Sat-Lite Feeds need to be compatible with the Sat-Lite Agilis 2431 Motorized Flyaway Antenna and support various frequency bands, offering preference to vendors providing broader frequency support and lower costs. Specific LNB and LNA characteristics are also stipulated, requiring compatibility with designated frequency ranges across Ku, C, S, X, and Ka bands while emphasizing aspects like external 10 MHz reference inputs and minimum gain parameters. Overall, the purpose of this document is to solicit bids for the procurement of advanced satellite communication components, prioritizing technological compatibility, performance specifications, and cost-effectiveness to meet government operational requirements.
    The document pertains to the Federal Acquisition Regulation (FAR) Provision 52.212-1, detailing instructions for vendors responding to a Request for Proposal (RFP) for commercial products and services, specifically concerning the procurement of LNBs at Peterson Space Force Base. Vendors must firm their quoted prices for 60 days after submission and deliver all items within 12 weeks post-award. Proposals should consist of a cover letter, a price proposal formatted according to the Contract Line Items, and a technical proposal adhering to specified evaluation factors. The technical submission must demonstrate compliance with the specifications outlined in Attachment 1 and the Trade Agreements Act (TAA). The document emphasizes that proposals are limited to five pages for thoroughness and clarity, establishing a structured approach for bidders while ensuring compliance with governmental regulations and standards. This RFP outlines a Firm-Fixed Price Purchase Order approach, signifying a cost-controlled procurement process, crucial for ensuring transparency and efficiency in government contracting.
    The document outlines the evaluation factors for awarding a firm fixed-price purchase order under a commercial items solicitation. The government intends to select the most advantageous offer, considering price and technical factors. It categorizes the evaluation process into two main parts: the Priced Quote and the Technical Documentation. Initially, submitted quotes are ranked based on price, with the lowest evaluated price prioritized. The government checks if the lowest-priced offer is complete and reasonable; discrepancies between unit and overall pricing may lead to rejection. Subsequently, the technical capabilities of the three lowest-priced offers are assessed on an acceptable/unacceptable basis, focusing on meeting minimum requirements stated in the solicitation. An acceptable rating is granted only if technical documentation confirms compliance with specified characteristics and delivery timelines. Failure to meet these conditions renders an offer unacceptable and halts further evaluation. The process underscores strict adherence to solicitation requirements to ensure a fair and effective award decision in government contracting.
    The document outlines the solicitation process for a federal contract focused on acquiring Low Noise Block (LNB) controllers, intended for commercial products and services, specifically solicited under the Women-Owned Small Business (WOSB) program. Key details include the requisition number, submission deadlines, specifications for the required items, and pertinent contact information for queries. The contractor must deliver 48 LNB controllers compliant with specified standards by December 8, 2025, and provide unique item identification for costs exceeding $5,000, among other requirements. The contract administration and payment terms, clauses related to the acquisition of goods, and conditions regarding subcontracting and workforce regulations are also specified. This document aims to facilitate the procurement process while ensuring compliance with government regulations, particularly in supporting small businesses and maintaining operational standards in defense-related contracts.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Peterson SFB Wifi Services
    Dept Of Defense
    The Department of Defense, through the 21st Contracting Squadron, is seeking qualified vendors to establish Blanket Purchase Agreements (BPAs) for commercial internet and WiFi services at Peterson Space Force Base in Colorado. The procurement aims to secure reliable and responsive internet services, requiring contractors to demonstrate technical capabilities in installation, maintenance, and troubleshooting, while adhering to specific operational standards and response times for outages. This initiative is critical for maintaining effective communication and operational efficiency at the base. Interested vendors must respond by August 16, 2029, and can direct inquiries to Contracting Officer Jake Hluska via email, with the relevant NAICS code being 517112 for wireless telecommunications carriers.
    59--BASE,ANTENNA SUPPOR
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 15 units of NSN 5985016214220, specifically for BASE, ANTENNA SUPPORT. This procurement may result in an Indefinite Delivery Contract (IDC) with a term of one year or until the total orders reach $350,000, with an estimated five orders per year and a guaranteed minimum quantity of two. The items will be shipped to various DLA Depots both within the continental United States and overseas. Interested vendors must submit their quotes electronically, and for any inquiries, they can contact the buyer via email at DibbsBSM@dla.mil. The solicitation is available online, and hard copies will not be provided.
    National Security Space Launch (NSSL) Phase 3 Lane 1 Fiscal Year (FY) 2026 On-Ramp Request for Proposal (RFP)
    Dept Of Defense
    The Department of Defense, through the United States Space Force, is seeking proposals for the National Security Space Launch (NSSL) Phase 3 Lane 1 Fiscal Year (FY) 2026 On-Ramp Request for Proposal (RFP). This procurement aims to establish multiple award Indefinite-Delivery Indefinite-Quantity (IDIQ) contracts for launch services, providing assured access to space for national security missions while maintaining affordability and competition among providers. The selected contractors will be responsible for delivering launch services for approximately 30 missions, with proposals due by 1500 Pacific Time on January 22, 2026. Interested parties should contact Kirsten Prechtl at kirsten.prechtl@spaceforce.mil or Nicole Balestreri at nicole.balestreri@spaceforce.mil for further information and to access sensitive RFP documents.
    USSF COMSATCOM Forecast to Industry Future Requirements Fiscal Year (FY) 2025-2026 (May 2025)
    Dept Of Defense
    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.
    Red LAN Sustainment
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking information from qualified contractors regarding the sustainment of the Red LAN system, a secure data processing and distribution platform critical for Space Domain Awareness (SDA) operations. The procurement aims to gather market research on capabilities related to the maintenance and enhancement of this mature system, which includes tasks such as hardware/software maintenance, cybersecurity sustainment, and anomaly resolution. The Red LAN system plays a vital role in ensuring continuous data processing and distribution for USSPACECOM’s SDA and Orbital Warfare missions. Interested parties must submit a Statement of Capability by January 2, 2026, and direct inquiries to Mr. James Delay at james.delay.3@spaceforce.mil.
    AirSpan AirSpeed 2900 Outdoor gNB, Accessories, Software & Support
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) Shared Services Center is seeking quotations for the procurement of AirSpan AirSpeed 2900 Outdoor gNB, along with necessary accessories, software, and support. This requirement is a brand-name small business set-aside, aimed at enhancing NASA's telecommunications capabilities, and falls under the NAICS Code 541519. Interested vendors must ensure they are registered with www.sam.gov and comply with specific provisions related to telecommunications and video surveillance equipment. Quotes are due by September 22, 2025, at 12 p.m. CT, and all inquiries should be directed in writing to Sara Jusino-Terry at sara.a.jusino-terry@nasa.gov by September 19, 2025, at 10 a.m. CT.
    SLD 30/SC SONET to DWDM Migration Part 2B
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting quotes for the migration of up to 500 circuits from a legacy Synchronous Optical Network (SONET) to a Ciena-based Dense Wavelength Division Multiplexing (DWDM) Optical Transport Network (OTN) at Vandenberg Space Force Base in California. The procurement aims to provide comprehensive services including engineering, planning, equipment provision, and implementation over a ten-month period, with a focus on developing a migration design and executing the migration while adhering to stringent security requirements. This opportunity is classified under NAICS code 541512 for Computer Systems Design Services, with a small business size standard of $34 million, and the contract will be awarded based on the best value considering technical approach and price. Interested vendors must submit their quotations by December 31, 2025, and direct any inquiries to Paul Baraldi or Scott Yeaple via email by December 10, 2025.
    RECEIVER TRANSMITTER
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is seeking proposals for the procurement of Receiver Transmitters, specifically for the B-2 aircraft. This contract involves the supply of 14 units of the Receiver Transmitter, which facilitates two-way voice communication between the aircraft and other vehicles or surface stations, and is constructed from metal alloy with electronic components. Interested vendors should note that the estimated issue date for the Request for Proposal (RFP SPRTA1-26-R-0134) is December 26, 2025, with a closing date of January 26, 2026, and inquiries can be directed to Michael Hannan at Michael.Hannan.1@us.af.mil or by phone at 385-591-3092. The contract will not be set aside for small businesses, and all proposals must be submitted within 45 days of the notice publication.
    Base Alarm Services - Los Angles Air Force Base
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking small businesses to provide Base Alarm Services at Los Angeles Air Force Base (LAAFB). The procurement aims to establish a Firm-Fixed Price (FFP) contract for maintenance and repair of the base's alarm and CCTV systems, which includes tasks such as cleaning, scheduling, and troubleshooting network issues related to the alarm system and surveillance equipment. This opportunity is critical for ensuring the security and operational readiness of the base, requiring expertise in network configurations and maintenance of proprietary software and equipment. Interested parties must submit an eight-page narrative detailing their capabilities by responding to the sources sought notice, with questions due by December 15, 2025, to Lt Dorian Maynard at dorian.maynard.1@spaceforce.mil or TSgt Kenneth Sparks at kenneth.sparks.2@spaceforce.mil.
    USSF COMSATCOM CSCO Forecast to Industry Future Requirements Fiscal Year (FY) 2026 (as of Oct 2025)
    Dept Of Defense
    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.