NATO Business Opportunity: Ancillaries and Installation for Static UHF TACSAT Sites
ID: IFB-CO-15571-TACSATType: Special Notice
Overview

Buyer

COMMERCE, DEPARTMENT OFBUREAU OF INDUSTRY AND SECURITY

NAICS

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

    The Department of Commerce, specifically the Bureau of Industry and Security, is preparing to issue an Invitation for Bid (IFB) for the procurement of Ultra High Frequency (UHF) Tactical Satellite (TACSAT) Radios, including ancillaries and installation for static UHF TACSAT sites, as part of a NATO initiative. The project entails the design, procurement, installation, and testing of equipment for nine NATO static installations, ensuring the delivery of a fully integrated UHF communication system that is interoperable with existing NATO radio elements and meets stringent environmental and security compliance standards. This procurement is critical for enhancing NATO's communication capabilities, with the anticipated period of performance spanning from Q4 2024 to Q2 2025, and a one-year warranty and in-service support included. Interested U.S. contractors must maintain a facility in the U.S., be pre-approved for NATO International Competitive Bidding, and submit a Declaration of Eligibility by January 7, 2026, with the IFB expected to be distributed in Q1 2026. For further inquiries, contact Lee Ann Carpenter at LeeAnn.Carpenter@bis.doc.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    This Notice of Intent (NOI) outlines Work Package 2 (WP2) for NATO's project NCIA/ACQ/2024/06825, focusing on replacing UHF TACSAT radios and terminal equipment. WP2 specifically covers the design, procurement, installation, and testing of static site equipment, including antennas, matrices, and ancillaries, for nine NATO static installations. The selected contractor will deliver a fully integrated UHF communication system, ensuring seamless operation with existing UHF TACSAT radio elements (Purchaser Furnished Equipment). The system must support half-duplex UHF channels, route any radio channel to any antenna, and be interoperable with NATO's AN/PRC-117F/G radios. Key requirements include helical antennas with right-hand circular polarization, specific frequency coverage, and robust environmental and security compliance, including cryptographic devices for secure transmissions. The anticipated period of performance is Q4-2024 to Q2-2025, with a one-year warranty and in-service support.
    Similar Opportunities
    PRODUCT DEMONSTRATION FOR NORTH ATLANTIC TREATY ORGANIZATION (NATO) COMMUNICATIONS INFORMATION AGENCY (NCIA) UHF TACTICAL SATELLITE (TACSAT) RADIO FOR FOREIGN MILITARY SALES (FMS)
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Contracting Command at Aberdeen Proving Ground, is conducting a Sources Sought market survey for the demonstration of Ultra-High Frequency (UHF) tactical satellite radio systems intended for Foreign Military Sales (FMS) to the North Atlantic Treaty Organization (NATO) Communications Information Agency (NCIA). The objective is to identify potential vendors capable of demonstrating their products, specifically the AM3T radio system, which must meet stringent technical requirements, including JITC certification for NATO Integrated Waveform and compliance with U.S. Type 1 and NATO SECAN secure communications standards. This opportunity is crucial for enhancing NATO's tactical communication capabilities and ensuring operational readiness. Interested parties must submit their capabilities statements and relevant documentation by December 17, 2025, with all inquiries directed to Contract Specialist Naomi Cross at naomi.cross2.civ@army.mil.
    Telemetry Radios
    Dept Of Defense
    The Department of Defense, specifically the Army Contract Command - Redstone Arsenal, is seeking to procure two StreamCaster 4400 4x4 MIMO radios from Silvus Technologies, Inc. on a sole source basis. These radios, which operate within the frequency ranges of 2200-2500MHz and 4400-4940MHz, are critical for aviation technology development and will be utilized in various military applications. The anticipated award date for this Firm Fixed Price purchase order is April 14, 2023, with a performance period of twelve months. Interested parties that can meet the specified requirements must submit their technical capabilities to Deanna Van Cleaf and Bethany Rosser by 12:00 Noon EST on April 10, 2023.
    HF ALE RADIO SYSTEMS
    Agriculture, Department Of
    The United States Department of Agriculture (USDA) is seeking contractors to provide annual services, maintenance, and training support for High Frequency Automatic Link Establishment (HF ALE) Radio Systems, specifically Codan and Datron radios. The procurement aims to identify qualified vendors who can perform component-level maintenance, installation, operation, and training, with a focus on ensuring compliance with strict security requirements for handling sensitive information. This opportunity is critical for maintaining effective communication systems within USDA operations, particularly at headquarters in Elkins, WV, and Kansas City, MO. Interested parties should contact Karmella Van Stockum at karmella.vanstockum@usda.gov or Carlton L. Bradshaw at Carlton.Bradshaw@usda.gov for further details, and the RFI can be accessed online for additional requirements and deadlines.
    Next Generation High Frequency Radio System – Shore (HFRS-S)
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard (USCG), is conducting market research for the acquisition of a Next Generation High Frequency Radio System – Shore (HFRS-S) to replace aging HF communication systems. The objective is to ensure reliable Beyond Line Of Sight (BLOS) communications by procuring a commercially available system that includes transceivers, receivers, amplifiers, and associated equipment, while adhering to military and government standards. This procurement is critical for maintaining operational capabilities at various USCG facilities, including Communications Command and Remote Communication Facilities. Interested vendors should submit their responses by January 16, 2026, to Kenneth Boyer at kenneth.s.boyer@uscg.mil, with a focus on company capabilities, cost estimates, and technical specifications as outlined in the Request for Information.
    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.
    Sources Sought (SS) Announcement for Tactical Communications Package (T2C2/Scout) hardware, Multiple NSNs: Power Supply, Waveguide Assembly, and Auto Interface Unit.
    Dept Of Defense
    The Defense Logistics Agency (DLA) at Aberdeen Proving Ground, Maryland, is seeking responses to a Sources Sought Announcement for the procurement of Original Equipment Manufacturer (OEM) quality replacement spare components for the Tactical Communications Package (T2C2) and SCOUT systems. The agency requires vendors to provide specific National Stock Numbers (NSNs) related to power supplies, waveguide assemblies, and auto interface units, among others, ensuring that all items meet military and industry standards for ruggedized tactical communications equipment. This procurement is critical for sustaining and replenishing the Suite of Terminals (SoT) used by the Army Integrated Logistics Supply Center. Interested vendors must submit their capability statements and relevant documentation by December 24, 2025, to the designated contacts, Kenneth Vereb and Seth Copeland, via the provided email addresses.
    Joint Tactical Terminal – Transceiver (JTT-X)
    Dept Of Defense
    The Department of Defense, through the Naval Air Systems Command (NAVAIR), is seeking proposals for the procurement of Joint Tactical Terminal – Transceiver (JTT-X) production units and aircraft integration support. The JTT-X is a Software Defined Radio (SDR) that includes an internal High Assurance Internet Protocol Encryptor (HAIPE) solution, with an anticipated contract covering the production of 455 units over a base year and four option years. This procurement is critical for enhancing airborne radio navigation capabilities and will proceed as a full and open competition, with a formal solicitation expected to be released in the second quarter of Fiscal Year 2026. Interested parties must ensure their assembly facilities have current COMSEC clearance and submit a Technical Library Access Request to obtain necessary specifications, with contact inquiries directed to Ryan Lysaght or Jessica Myers via their provided emails.
    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.
    Traveling Wave Tube Amplifier rental
    Dept Of Defense
    The Department of Defense, specifically the Naval Surface Warfare Center Carderock Division (NSWCCD), is seeking quotes from small businesses for the rental of two S-band Traveling Wave Tube Amplifiers (TWTA) under the combined synopsis/solicitation RFQ N0016726Q1026. The amplifiers must meet specific operational parameters, including a frequency range of 2-4 GHz and a power output of 4kW, which are critical for various defense applications. Quotes are due by December 23, 2025, at 12 PM EST, and will be evaluated based on a Lowest Price Technically Acceptable (LPTA) basis, with deliveries scheduled in phases from January to April 2026 to Bethesda, Maryland. Interested parties should direct inquiries to Steven Besanko at steven.besanko@navy.mil and ensure compliance with all relevant FAR and DFARS clauses.
    NCIA SSP for Athena and Magellan 2026
    State, Department Of
    The U.S. Department of State, through the U.S. Embassy in Brussels, is preparing to issue a presolicitation for a firm-fixed-price contract to provide access to NATO’s telecommunications infrastructure via the Athena and Magellan circuit lines. This procurement is critical for ensuring secure and dedicated communication channels for U.S. personnel working with NATO, as these connections are vital for operational requirements and maintaining connectivity with NATO Headquarters and allies. Interested vendors must register on the System for Award Management (SAM) website, as registration is mandatory for contracts exceeding $40,000, and electronic submissions will be accepted once the solicitation is officially released. For further inquiries, potential bidders can contact Andrew Malandrino or Michael Abrahams at BrusselsBids@state.gov.