KVH Industries, Inc. (KVH) Static IP and Monthly Maintenance
ID: N6523626QE034Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNIWC ATLANTICNORTH CHARLESTON, SC, 29419-9022, USA

NAICS

Satellite Telecommunications (517410)

PSC

IT AND TELECOM - NETWORK: SATELLITE AND RF COMMUNICATIONS PRODUCTS (HW, PERPETUAL LICENSE SOFTWARE) (7G22)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Defense, through the Naval Information Warfare Center (NIWC) Atlantic, intends to award a noncompetitive Firm-Fixed-Price purchase order to KVH Industries, Inc. (KVH) for satellite airtime and one year of monthly maintenance fees. This procurement is critical as KVH is the sole provider of the required satellite airtime, which is currently in use, and the Government plans to negotiate exclusively with KVH under FAR 13.106-1(b). Interested parties who believe they can meet the requirements may submit a capability statement, proposal, or quotation to Jessica Glisson at jessica.k.glisson.civ@us.navy.mil by December 11, 2025, for consideration in determining whether a competitive procurement will be conducted. The NAICS code for this opportunity is 517410, with a small business size standard of $44 million.

    Point(s) of Contact
    Files
    Title
    Posted
    The Naval Information Warfare Center Atlantic (NIWC Atlantic) has issued a pre-solicitation notice (N6523626QE034) for a noncompetitive Firm-Fixed-Price purchase order to KVH Industries, Inc. (KVH). The contract is for satellite airtime and a year of monthly maintenance fees, with KVH identified as the sole provider of the required satellite airtime. The Government intends to negotiate solely with KVH under FAR 13.106-1(b). The NAICS Code for this procurement is 517410, with a small business size standard of $44 million. While not a request for competitive quotes, interested parties who believe they can fulfill the requirement may submit a capability statement, proposal, or quotation to Jessica Glisson (jessica.k.glisson.civ@us.navy.mil) by December 11, 2025. Responses will be reviewed to determine if a competitive procurement is warranted, though the final decision rests solely with the Government.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Naval Air Warfare Center Aircraft Division, Webster Outlying Field, Special Communications Mission Solutions Division Ku-Band Ground Station
    Dept Of Defense
    The Department of Defense, through the Naval Air Warfare Center Aircraft Division at Webster Outlying Field, is seeking information from qualified vendors regarding the procurement of Commercial off the Shelf (COTS) Ku-band Ground Station satellite communications systems. The required systems must support dual feeds for receiving and transmitting specific frequency ranges and include a fully integrated ground station setup with various essential components, including antennas, RF equipment, and HVAC systems suitable for desert environments. This procurement is critical for enhancing satellite communication capabilities, and interested parties are invited to submit their capabilities and product specifications within 14 business days to Truman Harris at truman.b.harris3.civ@us.navy.mil, with a maximum response length of 10 pages.
    NAWCAD WOLF-Intent to Sole Source Vehicle Mount Assembly
    Dept Of Defense
    The Department of Defense, through the Naval Air Warfare Center Aircraft Division, intends to procure two Vehicle Mount Assemblies (NGMP/VMS, Single units) from L3Harris Technologies, Inc. under a sole-source solicitation (N0042126Q1054). This firm fixed-price procurement, authorized by FAR Part 12 and FAR Part 13, is essential for supporting military operations that require reliable communication equipment. Interested vendors who are authorized distributors of L3Harris Technologies must submit their proposals via email to Gabrielle McKee by January 13, 2026, at 4:00 PM EST, with delivery expected by December 30, 2026, to the Naval Air Warfare Center in St. Inigoes, MD. For further inquiries, vendors can contact Gabrielle McKee at gabrielle.l.mckee2.civ@us.navy.mil or Colleen G. Coombs at colleen.g.coombs.civ@us.navy.mil.
    Meteorological Satellite Receiver
    Dept Of Defense
    The Department of Defense, through the Naval Information Warfare Systems Command (NAVWAR), is seeking innovative commercial solutions for a Meteorological Satellite Receiver to provide critical meteorological data to Navy surface ships and shore sites. The primary objective is to identify reliable and affordable solutions that can be demonstrated with a prototype within 18 months, focusing on the quality and reliability of data reception rather than specific hardware implementations. Interested vendors must submit their solution briefs via the Procurement Integrated Enterprise Environment (PIEE) Solicitation module, as emailed submissions will not be accepted. For inquiries, vendors can contact Jules Ward at julie.a.ward38.civ@us.navy.mil or Dayna Erickson at dayna.m.erickson.civ@us.navy.mil, with responses to questions expected the week of January 5, 2026.
    Notice of Intent to Sole Source
    Dept Of Defense
    The Department of Defense, through the Naval Information Warfare Center Pacific (NIWC Pacific), intends to award a Firm-Fixed-Price Purchase Order on a sole source basis to Real-Time Innovations, Inc. (RTI) for the procurement of commercial software licenses and support products. The specific requirement includes four licenses for the RTI Connext DDS Secure, Developer Subscription (25-99), which is critical for ensuring secure data distribution in various defense applications. Interested vendors are encouraged to submit quotations demonstrating their capability to meet the government's needs, although the procurement is primarily directed at RTI under FAR 13.106-1(b). For further inquiries, interested parties can contact Jerome Abaya at jerome.d.abaya.civ@us.navy.mil, and must be registered in the System for Award Management (SAM) to participate.
    Data-encrypted Autonomous In-situ Subsurface Profiling Systems
    Dept Of Defense
    The Department of Defense, through the NAVSUP Fleet Logistic Center Norfolk, is seeking contractors to provide data-encrypted autonomous in-situ subsurface profiling systems, specifically air/surface-deployable profiling floats, for meteorological and oceanographic operations. These floats must meet stringent NAVOCEANO standards, including the ability to transmit encrypted data via Iridium Satellite communications, collect critical environmental data such as salinity, temperature, and pressure, and operate unattended for extensive profiling cycles. The contract will be structured as a Firm Fixed Price (FFP) multiple award Indefinite Delivery, Indefinite Quantity (IDIQ) contract with a three-year ordering period, anticipated to commence on September 23, 2026, following an award around August 24, 2026. Interested vendors should ensure they are registered in the SAM database and may contact Borui Tang or Joseph Caltagirone for further information.
    Solicitation - Submarine High Data Rate (SubHDR) LN-100 Mast Motion Sensor (MMS) Repair, Restoration and Replacement Services
    Dept Of Defense
    The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is soliciting proposals for repair, restoration, and replacement services for the Submarine High Data Rate (SubHDR) Mast Motion Sensor (MMS). The contract will encompass depot-level services, including repair, calibration, overhaul, and manufacturing of Shop Replaceable Units (SRUs) to sustain the operational capability of the Fleet's complex mast systems. This procurement is critical for maintaining the SubHDR Mast Group System for the U.S. Submarine Fleet and Foreign Military Sales partners, ensuring the reliability and performance of essential naval equipment. Interested parties should note that this is a sole-source contract with Northrop Grumman Systems Corporation, and inquiries can be directed to Kate Cyr at kate.m.cyr.civ@us.navy.mil or Levi Andrews at levi.s.andrews2.civ@us.navy.mil, with the contract period spanning from January 1, 2024, to December 31, 2028.
    ARC-210 Production IDIQ
    Dept Of Defense
    The Department of Defense, through the Naval Air Warfare Center Aircraft Division, is seeking sources for the procurement of AN/ARC-210(V) radio systems and associated ancillary/support equipment. This opportunity aims to identify firms capable of producing and delivering these critical avionics systems, which are utilized by various branches of the U.S. military and allied forces for secure voice and data communications in both Line-of-Sight and Beyond-Line-of-Sight modes. The anticipated contract will be a Single Award Indefinite Delivery Indefinite Quantity (IDIQ) with a five-year ordering period starting in October 2027, and interested parties must submit their capabilities statements by 3:00 PM EST on January 22, 2026, to the Contract Specialist, Ryan Chandlee, at ryan.m.chandlee.civ@us.navy.mil.
    VSAT Software and Technical Support
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is seeking to procure software maintenance and technical support for Linkway and Enhanced Bandwidth Efficient Modem Software and Hardware. This procurement aims to ensure the continued functionality and reliability of critical satellite and RF communications products, which are essential for various defense operations. The place of performance for this contract will be in Carlsbad, California, and interested parties can reach out to Ausha Tate at ausha.mcgee@usmc.mil or Kathryn E. Hurd at kathryn.hurd@usmc.mil for further information. The opportunity is categorized under the PSC code 7G22, focusing on IT and telecom services related to satellite communications.
    N66001-26-Q-6037 - Notice of Intent to Award Sole Source Order to Milcots LLC
    Dept Of Defense
    The Department of Defense, specifically the Naval Information Warfare Center (NIWC) Pacific, intends to award a sole source contract to Milcots LLC for the procurement of rugged display panels. The requirement includes eight units of a 12-inch panel mount rugged panel PC, identified by the part number RP12XG-5D-GSO-DMO2, which are critical for military applications requiring durable and reliable computing solutions. This procurement will follow FAR Part 13 and FAR Part 12 guidelines, and while the contract is set to be awarded noncompetitively, all responsible sources are invited to submit proposals for consideration. Interested vendors must ensure they are registered in the System for Award Management (SAM) and may direct inquiries to Stephen O'Neill at stephen.oneill@navy.mil by January 19, 2026, at 11 AM Pacific Time.
    UPGRADE SENSOR ASSEMBLIES
    Dept Of Defense
    The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is seeking to procure engineering services to upgrade ten existing DT-705A sensor assemblies to the Low Noise product baseline. This procurement is critical as the DT-705A sensor assembly is uniquely suited to meet the form, fit, and function requirements of the existing platform infrastructure, and Falmouth Scientific Inc. is the sole source authorized to perform this upgrade due to proprietary rights over the necessary components. The contract is set for a firm fixed price with a performance period from January 16, 2026, to January 15, 2028, and interested parties may submit capability statements or proposals for consideration. For further inquiries, contact Jennifer Vatousiou at jennifer.m.vatousiou.civ@us.navy.mil or by phone at 401-832-5265.