Request for Information (RFI) - Global Communications Backhaul Solution
ID: SpRCO4162025Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA2548 SPC RPD CPBLTS OFFC SPC RCOKIRTLAND AFB, NM, 87117-2413, USA
Timeline
    Description

    The Department of Defense, specifically the Space Rapid Capabilities Office, is seeking proposals for a Global Communications Backhaul Solution to enhance connectivity at Schriever Space Force Base in Colorado and other associated locations. The requirements include a robust and redundant communications network with a symmetrical bandwidth of 2Gbps, low latency, and comprehensive security measures, including Type-1 encryption and compliance with DoD cybersecurity standards. This solution is critical for supporting various applications such as data transfer, VoIP, and video conferencing, and is expected to operate on a hub-spoke architecture with a five-year contract anticipated to start in FY26/27. Interested vendors must submit their proposals by 30 September 2025, and inquiries can be directed to Jennifer Wilterdink at jennifer.wilterdink.1@spaceforce.mil or Cari Forrester at cari.forrester.ctr@spaceforce.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The Global Comms Backhaul RFI from Network Innovations US Government seeks proposals for a global communications backhaul solution. Key requirements include a 2Gbps symmetrical connection with future scalability, a maximum acceptable latency of 50ms one-way, and the acceptance of active-passive failover for redundancy. The government will provide Type-1 encryptors (GFE), and the provider is responsible for all installation costs. Cloud connectivity to AWS Cloud “FENCES” environments is required. The anticipated contract length is five years, with both fully managed and transport-only solutions being considered. The solution must support TS/SCI classification levels and operate on a hub-spoke architecture. Initial Operating Capability for Australia is CY27, with other sites to be determined. The project expects an estimated start in FY26/27 and completion by NLT FY32. The solution must be DISA-approved and support 24/7/365 technical support. Pricing should be site-specific, and the government will assist with host-nation approvals for international sites.
    The Space Rapid Capability Office is seeking information and pricing for a robust and redundant global communications backhaul solution for Schriever Space Force Base, Colorado, and its branch/operating locations. This Request for Information (RFI) outlines key requirements including 2Gbps symmetrical bandwidth per location, lowest possible latency for SATCOM, and fully redundant solutions with diverse routing and Type-1 encryption. The network will support hybrid cloud applications such as data transfer, VoIP, and video conferencing, requiring robust security measures like data encryption, firewalls, and intrusion detection, compliant with NIST SP 800-53 and 800-37. Providers must commit to stringent SLAs for uptime (minimum 99.99%), latency, packet loss, and jitter, along with 24/7/365 technical support. Submissions should include detailed cost breakdowns and company information, with questions due by May 9, 2025, and responses by July 1, 2025. This RFI is for information gathering only and does not constitute a commitment to purchase.
    The Space Rapid Capability Office is seeking proposals for a Global Communications Backhaul Solution to connect to Schriever Space Force Base in Colorado. The primary requirements include a bandwidth of 2Gbps symmetrical, low latency for WAN transports using Satellite Communications (SATCOM), and a fully redundant system with automatic failover. The solution must ensure robust security measures, including Type-1 encryption and compliance with Department of Defense standards. The proposed services should support various applications, such as data transfer, VoIP, and video conferencing. Providers must commit to strict Service Level Agreements (SLAs) that guarantee high network availability and technical support. Submissions should include detailed cost breakdowns and provider qualifications, with responses due by July 1, 2025. The RFI is for information collection and does not obligate the Space Rapid Capability Office to procure services. This initiative underscores the government's emphasis on operational readiness and advanced telecommunication capabilities for its defense operations.
    Lifecycle
    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.
    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.
    RELAY GROUND STATION - SOUTH (RGS-S) ANTENNA
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the Design-Build contract to construct the Relay Ground Station - South (RGS-S) Antenna at Schriever Space Force Base in Colorado. This project aims to provide essential facilities and infrastructure to support the Space Force's operations, including concrete pads, antenna foundations, utilities, and backup systems, all within a restricted area. The contract is a total small business set-aside under NAICS code 237130, with an estimated construction magnitude between $10 million and $25 million. Proposals are due by December 9, 2025, and must be submitted electronically via the PIEE system; interested parties can direct inquiries to Brian Reynolds at brian.reynolds@usace.army.mil or Monica A. McKensey at monica.a.mckensey@usace.army.mil.
    Fy26 Local and Long-Distance Telecommunication Services Renewal
    Buyer not available
    The Department of Defense, specifically the U.S. Air Force's 92d Contracting Squadron, is seeking proposals for the FY26 Local and Long-Distance Telecommunication Services at Fairchild Air Force Base in Washington. The procurement aims to secure reliable telecommunication services that adhere to the specifications outlined in the attached Statement of Work, which includes requirements for service quality, outage management, and personnel qualifications. These services are critical for maintaining effective communication and operational readiness at the base. Interested small businesses must submit their quotes by December 18, 2025, with questions due by December 9, 2025, and are encouraged to contact Michael Salone or 1st Lt Nicholas P. Kortis for further information.
    Space-to-Space (S2S) Communication Broad Agency Announcement (BAA)
    Buyer not available
    The Department of Defense, through the Space Systems Command (SSC), is issuing a Broad Agency Announcement (BAA) for advanced technology projects focused on Space-to-Space Communication and Space Networking, specifically targeting capabilities in proliferated low Earth orbit (pLEO). The primary objectives include developing state-of-the-art solutions for space-to-space communications and enhancing networking capabilities to address emerging threats and support national security. This initiative is critical for maintaining space superiority in a contested environment, with a performance period of 60 months starting September 15, 2025. Interested parties, including small and large businesses, non-profits, and academic institutions, are encouraged to submit white papers and proposals, with key deadlines for submissions on October 6, 2025, for Call 1.1 and December 17, 2025, for Call 1.2. For further inquiries, contact Melanie Gipson at melanie.gipson@spaceforce.mil or Tobias Richards at tobias.richards.1@spaceforce.mil.
    AF CyberWorx Commercial Solutions Opening (CSO)
    Buyer not available
    The Department of Defense, through the Air Force CyberWorx, is soliciting innovative commercial technologies and services via its Commercial Solutions Opening (CSO) FA7000-23-S-C001, aimed at enhancing critical defense capabilities. The initiative specifically seeks solutions for the Software-Defined Wide Area Network (SD-WAN) Phase II, which will improve the NIPR and SIPR network infrastructure across the USAFE-AFAFRICA area from July 23 to August 13, 2025, by integrating advanced technologies such as SD-WAN, SRv6, IP Address Management (IPAM), and upgraded DHCP systems. This procurement is vital for establishing a robust and secure communication network, ensuring compatibility with existing systems, and maintaining operational excellence. Interested parties should submit their proposals, including a Rough Order of Magnitude for equipment costs, to Gary Monson or Tikiwa Durrell at 10CONS.PK.Cyberworx@us.af.mil, with the submission process involving multiple phases and evaluation based on technical merit and funding availability.
    Peterson SFB Wifi Services
    Buyer not available
    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.
    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.
    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.