Flyaway SATCOM Terminal Antenna
ID: FA251725Q0089Type: 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 from qualified small businesses for the procurement of one Flyaway SATCOM Terminal Antenna, with the solicitation number FA251725Q0089. The contractor will be responsible for providing a transportable SATCOM terminal that meets specific performance requirements, including WGS certification, a dish size between 1.2M and 2.4M, and capabilities for X & Ka band transmission/reception, among other technical specifications outlined in the solicitation. This equipment is critical for enhancing communication capabilities in various operational environments. Interested vendors must submit their proposals by August 13, 2025, and ensure they are registered in the System for Award Management (SAM) database. For further inquiries, potential offerors can contact SrA Kyle Howard at kyle.howard.12@spaceforce.mil or TSgt Patrick Berger at patrick.berger@spaceforce.mil.

    Files
    Title
    Posted
    The Space Force Element (SFELM/CC) has issued a memorandum to 21 CONS/PKA outlining the salient characteristics for a "Flyaway Terminal Antenna." This document, dated April 23, 2025, details the specific requirements for a transportable SATCOM terminal. Key characteristics include WGS certification, a dish size between 1.2M and 2.4M, X & Ka band transmission/reception capabilities with future expansion options for C and Ku bands, a wide mains power input (120v-240v) and frequency range (50hz-60hz), and the inclusion of system-specific tools. The antenna must come with hard, waterproof, TA compliant carrying cases, a minimum one-year warranty, training on setup and operation, and a dedicated customer support contract. Technical questions can be directed to Steven Davis.
    This document outlines the proposal submission instructions for contractors responding to a federal government solicitation. It details the required components of a proposal: a cover letter, a price proposal, and a technical proposal. The cover letter must include contractor information, small business status, contact details, CAGE code, UEI number, and statements confirming understanding of requirements and acceptance of terms. The price proposal must align with the Contract Line Items (CLINS) in the solicitation. The technical proposal, limited to five pages, must address Salient Characteristics and Delivery Lead Time, which are key evaluation factors. Pages exceeding the limit will not be reviewed, emphasizing the need for conciseness and adherence to specified guidelines for a successful submission.
    This government file outlines the evaluation factors for awarding a firm-fixed price contract based on the Lowest Price Technically Acceptable (LPTA) method. Offers will be evaluated on two main factors: Total Price and Technical Acceptability. Technical Acceptability is further broken down into two subfactors: Salient Characteristics and Delivery Lead Time, both rated as Acceptable or Unacceptable. To be eligible for award, an offeror must receive an "Acceptable" rating for both technical subfactors. The evaluation process prioritizes price, with proposals first ranked from lowest to highest. Technical proposals are then evaluated, starting with the lowest-priced offer, until a technically acceptable offer is found or two technically acceptable quotes are identified. The award will be given to the offeror with the lowest price among those deemed technically acceptable. Proposals may be rejected if they deviate from requirements or demonstrate a lack of understanding.
    The document addresses vendor questions and government answers for Solicitation FA251725Q0089, concerning a Flyaway SATCOM Terminal. Key requirements include WGS certification, auto-tracking for GEO orbit only, and the ability to quote multiple dish sizes (1.2M – 2.4M). While no specific modem part number is provided, standard protocols like QPSK, 8PSK, 16QAM, and DVB are requested, and an L-band interface is needed via a standard up-converter. The government requires a modem with the terminal and specifies Ka band for LNB and BUC, with a desired output power between 20W and 40W. A critical restriction is that no components can be manufactured in China. The document details technical specifications and constraints to guide potential vendors in their proposals.
    The memorandum issued by the United States Space Force outlines the salient characteristics required for a Flyaway Terminal Antenna, intended for procurement. Key specifications include a WGS-certified SATCOM terminal, dish sizes ranging from 1.2M to 2.4M, and capabilities for X and Ka Band transmission and reception, with potential future expansions to C and Ku bands. The antenna must be transportable, supporting disassembly and reassembly, with a required mains power input of 120v to 240v and frequency range of 50hz to 60hz. Additional necessities include specific tools for system operation, waterproof carrying cases compliant with TA standards, a minimum one-year warranty, and training on setup and operation. A dedicated customer support contract is also mandated. For inquiries, contact information for the Technical Director is provided. This document serves as part of the federal procurement process, detailing technical requirements for potential suppliers involved in military communication technology.
    This document outlines the proposal submission requirements for contractors responding to a government solicitation. Contractors must provide a written price and technical proposal by the specified deadline, including several key elements: a cover letter detailing essential company information and affirming comprehension of the solicitation requirements, a price proposal that aligns with specified Contract Line Items (CLINS), and a technical proposal addressing two evaluation factors: Salient Characteristics and Delivery Lead Time. The technical proposal is limited to five pages, excluding the cover letter and price proposal, and any additional pages will not be reviewed. This structured format ensures clarity and uniformity in proposals, facilitating a fair evaluation process by the government. Overall, this document serves as a guideline to streamline the proposal submission process under federal and local RFP protocols, emphasizing compliance with detailed requirements.
    The document outlines the evaluation factors for awarding a firm-fixed price contract through a government solicitation using the Lowest Price Technically Acceptable (LPTA) approach. It identifies two main evaluation factors: Total Price and Technical Acceptability. Under Technical Acceptability, two subfactors are considered—Salient Characteristics and Delivery Lead Time—both of which must be rated as "Acceptable" for a proposal to be eligible for award. The evaluation process begins with an assessment of overall pricing, followed by the technical evaluation to determine if the proposals meet the specified requirements. The procurement office will move through potential offers based on price, evaluating technical proposals only if the price is reasonable, and will continue until two qualifying offers have been determined. Offers may be rejected if they do not meet solicitation requirements or indicate a misunderstanding of the requirements. This document serves to ensure a fair and competitive bidding process for government contracts, emphasizing both price and technical capability as critical to award decisions.
    The document pertains to Solicitation FA251725Q0089, which focuses on the procurement of a Flyaway SATCOM Terminal, addressing vendor inquiries concerning requirements and specifications. Key points include the necessity of Wideband Global Satellite (WGS) certification, optional standard modem protocols (QPSK, 8PSK, 16QAM, DVB), and the requirement for auto-tracking capabilities. The project specifies only geostationary orbit (GEO) operation, and vendors are requested to quote dish sizes between 1.2M to 2.4M. The document confirms that while there is no minimum receive gain, transmit gain will be constrained to a maximum 5MB circuit with a minimum bit error rate of 106. Modems and related equipment, including LNB and BUC within specified frequency ranges and output power, are to be offered, with a prohibition on manufacturing from China underscoring country-of-origin restrictions. This summary reflects the essential criteria and constraints for potential suppliers within the context of government procurement, highlighting compliance and operational specifications necessary for proposal submissions.
    This government solicitation, FA251725Q0089, is for a Women-Owned Small Business (WOSB) to provide a Flyaway SATCOM Terminal. The document outlines detailed terms and conditions for commercial products and services, incorporating various Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) clauses. Key aspects include instructions for electronic payment submissions via Wide Area WorkFlow (WAWF), requirements for unique item identification and valuation, and an ombudsman contact for resolving offeror concerns. The solicitation specifies a firm-fixed-price arrangement for one Flyaway SATCOM Terminal Antenna (Product Service Code: 5820) and includes detailed representations and certifications that offerors must complete regarding supply chain security, telecommunications equipment, and various business operations. The solicitation sets specific dates for offer submission and clarifies the roles of the contracting officer and ombudsman.
    The document outlines a federal solicitation (FA251725Q0089) for a Flyaway SATCOM Terminal, issued under the Women-Owned Small Business (WOSB) program. It provides detailed specifications on the acquisition process, including key dates, contact information, and terms for submission. The solicitation includes purchasing guidelines adhering to the Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS). Key elements include delivery requirements, payment methods via the Wide Area Workflow (WAWF) system, and compliance with unique item identification for items exceeding $5,000. Additionally, various clauses related to equal opportunity and small business considerations are incorporated throughout the solicitation. The overall objective is to secure procurement from eligible small business entities while ensuring adherence to federal guidelines and standards for contract performance, compliance, and reporting. This initiative reinforces the government's commitment to empowering minority-owned businesses and maintaining regulatory integrity.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    ANTENNA, NSN:5985016084976WF, PN: 42G1215A-XT-1
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking to procure an antenna with NSN: 5985016084976WF and part number 42G1215A-XT-1 through a proposed sole source contract action. This procurement is intended to fulfill a specific agency requirement, as the government does not possess the technical data for these parts, which are owned by ANTCOM CORPORATION. The antenna is critical for various defense applications, and the government reserves the right not to make an award at all. Interested parties are encouraged to submit capability statements, proposals, or quotations, and should monitor the SAM.gov website for the full solicitation details and any updates. For inquiries, Richard Maynard can be contacted at richard.maynard.5@us.af.mil or by phone at 801-777-6504.
    USSF Commercial Satellite Communications (COMSATCOM) Forecast to Industry Future Requirements Fiscal Year (FY) 2025-2026
    Dept Of Defense
    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)
    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.
    59--ANTENNA
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 2,007 antennas under solicitation number NSN 5985015027930. The procurement is set aside for small businesses, specifically under the Total Small Business Set-Aside (FAR 19.5), and aims to fulfill the needs for electrical and electronic equipment components. These antennas are critical for various military communications and operations, ensuring reliable connectivity and functionality. Interested vendors must submit their quotes electronically, as hard copies of the solicitation will not be available, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil.
    Operational Support Airlift/Executive Airlift Combined Commercial Satellite Communications Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking to award a sole source contract for Operational Support Airlift/Executive Airlift Combined Commercial Satellite Communications Services. This contract aims to provide global communications connectivity for U.S. Senior Leaders aboard the OSA/EA fleet, which includes aircraft such as the VC-25A/B and C-32A, among others. The services are critical for supporting high-level government officials, including the President and Secretary of Defense, during their operations. The contract is set for a duration of two years and seven months, from April 1, 2026, to October 31, 2028, with a small business size standard of $44 million under NAICS code 517410. Interested parties can direct inquiries to John Seacrist at john.seacrist@spaceforce.mil or Karla Delaney at karla.delaney@spaceforce.mil.
    59--ANTENNA
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of two antennas under solicitation number NSN 5985015651241. The procurement aims to acquire antennas that are critical for various defense communications and operations, with an approved source identified as 13691 S65-8282-296. This opportunity is set aside for Women-Owned Small Businesses (WOSB), and all responsible sources are encouraged to submit their quotes electronically, as hard copies of the solicitation will not be available. Interested parties should direct any inquiries to the buyer via email at DibbsBSM@dla.mil, with quotes due within 168 days after the award date.
    59--ANTENNA
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 14 antennas under solicitation number NSN 5985991706044. The procurement is set aside for small businesses, specifically under the Total Small Business Set-Aside (FAR 19.5), and aims to secure essential components for electrical and electronic equipment. These antennas are critical for various military applications, ensuring reliable communication and operational effectiveness. Interested vendors must submit their quotes electronically, as hard copies will not be available, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil.
    59--ANTENNA
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of antennas under solicitation number NSN 5985012175881. The requirement includes a total of eight antennas, with delivery expected within 343 days after order placement, and the potential for an Indefinite Delivery Contract (IDC) lasting one year or until the total order value reaches $350,000. These antennas are critical components for various military applications, and the selected vendor will be responsible for shipping to multiple DLA depots both within the continental United States and overseas. Interested parties should submit their quotes electronically, and for any inquiries, they can contact the DLA at DibbsBSM@dla.mil.
    59--ANTENNA
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of antennas under solicitation number NSN 5985016764082. The requirement includes a total of six antennas, with delivery expected within 123 days after order placement, and the contract may result in an Indefinite Delivery Contract (IDC) with a one-year term or until the total orders reach $350,000. These antennas are critical components for various electrical and electronic equipment, emphasizing their importance in military and defense operations. Interested vendors must submit their quotes electronically, and for any inquiries, they can contact the DLA at DibbsBSM@dla.mil.
    59--ANTENNA
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of antennas under solicitation number NSN 5985015503291. The requirement includes a total quantity of 58 antennas, with a guaranteed minimum of 8, to be delivered within 103 days after order placement, potentially resulting in an Indefinite Delivery Contract (IDC) with a one-year term or until the total order value reaches $350,000. These antennas are critical components for various military applications, and the selected vendor will ship items to multiple DLA depots both within the continental United States (CONUS) and outside (OCONUS). Interested parties must submit their quotes electronically, and for any inquiries, they can contact the buyer via email at DibbsBSM@dla.mil.