DET C Guam Antenna
ID: FA251825R0017Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA2518 USSF SPOC/SAIOPETERSON AFB, CO, 80914-4184, USA

NAICS

Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing (334511)

PSC

ANTENNAS, WAVEGUIDES, AND RELATED EQUIPMENT (5985)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, through the U.S. Space Force, is soliciting proposals for a firm-fixed-price contract to replace a damaged VIASAT 9.1m SGLS/USB antenna and repair the concrete pad at Finegayan, Guam, following the destruction caused by Typhoon Mawar. The procurement includes materials, shipping, installation services, and construction efforts, emphasizing the need for a Women-Owned Small Business (WOSB) to ensure compliance with federal regulations and promote competition. This project is critical for restoring operational capabilities of the Space Ground System, with a performance period extending from August 2025 to August 2026. Interested vendors must submit their proposals by 08:00 AM on August 13, 2025, and can direct inquiries to Eduardo Vazquez Ortiz or Justin Arnold via their provided email addresses.

    Point(s) of Contact
    Files
    Title
    Posted
    The 10 Space Operations Squadron (10 SOPS) Detachment Charlie (Det C) in Finegayan, Guam, requires a new L/S Band Antenna System, rigid radome, ring wall, electrical power panels, air conditioning, network equipment, test tools, antenna spares, and an Uninterruptible Power Supply (UPS) due to damage from Typhoon Mawar. The system must meet specific requirements for S-band receive (2200-2290 MHz, RHC/LHC polarization, G/T, axial ratio, filtering, side lobes), S-band tracking (monopulse, 2200-2290 MHz, non-coherent), and L/S-band transmit (1761-1840 MHz and 2025-2110 MHz, RHC/LHC polarization, EIRP, HPA control, out-of-band emissions). Key components include a pedestal interface unit, servo system, antenna control unit, diplexer/triplexer, dual-band HPA, up/downconverters, fiber modules, Ethernet switch, and a range calibration loopback system. The antenna must have lightning and fall protection, and the radome must withstand 200-knot winds. The Antenna Control Unit (ACU) requires removable storage, 0.001-degree angle resolution, automated tests, local control, C2 system interface, and an antenna simulator. All IT products must comply with DoD Directive 8500 and NIST SP 800-53 cybersecurity guidelines. The contractor is responsible for installation on the existing foundation, providing all cabling, power infrastructure (three-phase 60 Hz 120/208 VAC for outdoor, single-phase 60 Hz 120/208 VAC for indoor), and a climate control system. Environmental operating conditions range from -30°C to +50°C and 0-100% humidity. Deliverables include detailed documentation, drawings, an operations and maintenance manual, test data, and a one-year warranty. All equipment must be delivered to Det C Finegayan Guam NCTS Bldg 285 within 16 months.
    The document outlines the requirements for replacing the L/S Band Antenna, rigid radome, and auxiliary equipment at Detachment Charlie, Finegayan, Guam, following extensive damage from Typhoon Mawar. The 10 Space Operations Squadron (10 SOPS), which transitioned from the U.S. Navy to U.S. Space Force, relies on this antenna for telemetry, tracking, and commanding of military communication satellites. The document specifies ground terminal requirements, including S-band receive and transmit capabilities, L/S Band performance metrics, antenna pointing accuracy, and necessary safety features like lightning protection and fall protection systems. It details equipment specifications, including high-power amplifiers, upconverters, and environmental and power requirements to ensure reliable operation in coastal conditions. Contractors are responsible for installation, compliance with cybersecurity standards, and provision of all necessary tools and equipment for testing and assembly. Important aspects include warranty terms, documentation for operations and maintenance, as well as a mandate for comprehensive testing prior to acceptance. The ultimate goal is to ensure an operational system that meets the current military standards necessary for satellite communications.
    The document provides detailed technical specifications and guidelines for the foundation design and installation of a Viasat antenna system, likely for federal, state, or local government projects. It outlines critical structural loads, including maximum overturning moment (355,000 FT-LBS), torsion load (55,000 FT-LBS), horizontal shear load (14,100 LBS), and dead load (71,200 LBS). The document emphasizes that foundation design must comply with local codes and regulations, requiring professional engineering services due to varying soil and environmental conditions. Key instructions include using Viasat anchor bolt templates, ensuring anchor bolt verticality, and maintaining specific surface level tolerances for the concrete pad. It also specifies that seismic loading is not considered simultaneous with wind and acceleration loads. The document stresses that the provided mounting studs are for convenience, and their length must be determined by the contractor based on a comprehensive foundation analysis. Furthermore, it highlights the importance of using this document in conjunction with the program-level Interface Control Document (ICD) for complete requirements, covering aspects like physical envelope, grounding, power, and cable management. The antenna system is a 9.1-meter reflector, designed to withstand a survival wind of 125 MPH when stowed at zenith. This data is subject to U.S. Export Administration Regulations, and diversion is prohibited.
    The document details the specifications and engineering requirements for constructing an antenna mount foundation, emphasizing compliance with U.S. export regulations. It outlines crucial design considerations such as loading requirements, allowable wind speeds, and necessary professional engineering services for site-specific adaptations. Key information includes the maximum foundation compliance, loading tables for wind and shear loads, and details concerning stud lengths, anchor bolt placements, and construction practices to ensure stability across varied soil conditions. It advises on the importance of a level surface for concrete pads, methods for bond strength, and ensuring proper drainage. The document further emphasizes that the foundation design must meet local building codes while coordinating with associated program interface control requirements for safety and operational efficiency. Overall, it serves as a comprehensive guide for contractors on best practices and engineering standards when installing antenna mounts in compliance with federal regulations.
    The Space Acquisition Integration Office at Schriever Space Force Base is issuing a Sole Source Justification for a new firm-fixed-price contract. This contract is for materials, shipping, and installation services to replace a damaged VIASAT 9.1m SGLS/USB antenna at Finegayan, Guam, made inoperable by Typhoon Mawar. The justification is for a brand-name antenna (CLIN 0001) due to system compatibility, proprietary software, significant prior investments in VIASAT technology, and the high cost and risk of integrating an alternative brand. VIASAT is the sole OEM and installer of their equipment but is willing to work as a subcontractor. A Request for Information (RFI) was posted, and three small businesses responded, confirming their ability to serve as prime contractors, coordinating between VIASAT and construction firms. The construction portion (CLIN 0002) will be competitively bid. This approach ensures seamless integration with existing systems, leverages previous investments, and promotes competition for the overall project while maintaining operational efficiency.
    The document outlines a Sole Source Justification for the procurement of a VIASAT 9.1m SGLS/USB antenna necessary for the replacement of a damaged Space Ground System antenna at Finegayan, Guam, caused by Typhoon Mawar. Managed by the Space Acquisition Integration Office, the contract includes both the antenna's procurement and associated construction services. The justification highlights the proprietary nature of VIASAT's products, stating they are the only Original Equipment Manufacturer (OEM) of this antenna, which is crucial for compatibility with existing systems and mission needs. Integration challenges with alternative antennas could result in significant additional costs and operational risks. A competitive acquisition will be conducted for construction work, promoting competition among small businesses able to fulfill prime contractor roles. The justification emphasizes efficiency and cost-effectiveness in ensuring seamless communication capabilities, with an agreement to evaluate future procurement needs as equipment ages. Overall, the document promotes a Brand Name justification to streamline acquisition processes while maintaining operational readiness for military communications.
    The provided government file appears to be a highly unstructured and unformatted document, making it nearly impossible to extract a coherent summary. The text consists primarily of garbled characters, random symbols, and fragmented words, with no discernible paragraphs, headings, or logical flow. It lacks any clear indication of a main topic, key ideas, or supporting details relevant to federal government RFPs, federal grants, or state/local RFPs. Without a legible and structured content, a meaningful analysis and summary cannot be generated.
    The document appears to be an extensive collection of government Request for Proposals (RFPs), federal grants, and state and local RFPs. It outlines various initiatives aimed at funding projects that could include infrastructure enhancements, environmental assessments, and community development programs. Key details about eligibility requirements, application processes, and funding allocations are likely specified, but the document suffers from significant corruption, rendering many portions unintelligible. Despite this, the overarching purpose is clear: to inform potential applicants about funding opportunities available at various government levels. The RFPs are likely structured to provide guidance on project scope, evaluation criteria, and submission guidelines, aiming to foster transparency and accessibility in the grants process. The documentation is intended for entities seeking government support for specified initiatives, thereby facilitating community improvements, environmental restoration, and public services enhancement. This summary encapsulates the essence of government funding proposals while recognizing the fragmented nature of the source material, which may hinder complete understanding of specific projects or details.
    This government solicitation, FA251825R0017, issued by the USSF SPOC/SAIO, outlines requirements for a Women-Owned Small Business (WOSB) to provide a VIASAT 9.1m SGLS/USB Antenna, including manufacturing, testing, delivery, and installation, along with construction services for damaged areas. The project is located at Peterson SFB, CO, with a performance period from August 2025 to August 2026. The document incorporates numerous Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) clauses by reference and full text, covering areas such as electronic payment instructions (WAWF), Buy American Act compliance for construction materials, whistleblower protections, and equal opportunity. Key clauses address domestic preference for construction materials, specifying percentages for U.S.-sourced components and outlining procedures for requesting exceptions for foreign materials. It also details requirements for contractor conduct, subcontracting, and payment processes, emphasizing compliance with various federal laws and executive orders.
    This document is Amendment 0002 to Solicitation FA251825R0017, issued by USSF SPOC/SAIO on July 17, 2025. The primary purpose of this modification is to correct conflicting timeframes for Past Performance evaluation within sections L and M of the original solicitation. The amendment specifies that offers must acknowledge receipt of this amendment by returning signed copies, acknowledging on the offer, or via separate communication. Failure to acknowledge may result in rejection. The document outlines the evaluation factors for award: Technical Approach, Past Performance, and Price. Technical approach will be assessed for comprehensive plans, timelines, integration with manufacturers, and warranties. Past Performance will evaluate recent and relevant efforts within the past five years, considering scope, complexity, and dollar value. Price will be evaluated based on the Total Evaluated Price (TEP) and must be fair and reasonable, including itemized breakdowns for antenna and construction portions. The government will award to the most advantageous offer, with non-price factors approximately equal to price, allowing for awards to higher-priced offers if justified by perceived benefits.
    This document is an amendment (FA251825R00170003) to a solicitation (FA251825R0017) issued by USSF SPOC/SAIO, Peterson SFB, CO. The amendment clarifies that Performance and Payment Bonds apply to the contract, but only for CLIN 0002 (Construction Portion), and this cost must be included in proposals. It also reminds vendors to include a technical approach, past performance, and a detailed pricing breakout for both CLINs. Additionally, the response due time has been changed from 12:00 PM to 08:00 AM, and the response due date has been extended from August 8, 2025, to August 13, 2025.
    This document is an amendment to Solicitation Number FA251825R0017, issued by the USSF SPOC/SAIO, Peterson SFB, CO. The purpose of this amendment, FA251825R00170001, is to extend the proposal due date due to the project's magnitude. The response due time has been changed from 04:00 PM to 12:00 PM, and the response due date has been extended from March 14, 2025, to August 8, 2025. Offerors must acknowledge receipt of this amendment by returning signed copies, acknowledging on each offer copy, or sending a separate communication. Failure to acknowledge receipt before the specified deadline may result in the rejection of offers. All other terms and conditions of the original solicitation remain unchanged.
    The document outlines a solicitation for a Women-Owned Small Business (WOSB) contract for commercial products and services related to the installation of a Space-Ground Link System (SGLS) Antenna. Issued by the United States Space Force, the solicitation details components required, including the VIASAT 9.1m SGLS/USB Antenna and associated construction services for site preparation. It emphasizes adherence to the Statement of Work, specific deliverables, and regulatory compliance via included Federal Acquisition Regulation (FAR) clauses. Key information such as requisition numbers, contractor obligations, and payment processes through the Wide Area Workflow (WAWF) system are outlined. The document also identifies the importance of utilizing domestic construction materials as per the Buy American Act, detailing definitions and preferences for material sourcing. The overarching purpose is to secure a qualified contractor meeting stringent specifications to enhance operational capabilities while supporting WOSB initiatives through federal funding and contracts.
    This document is an amendment to a solicitation related to a federal project, specifically extending the proposal due date for contractor submissions. The initial deadline of March 14, 2025, has been postponed to August 8, 2025, due to the project's complexity, necessitating more time for prospective bidders to prepare their proposals. The amendment requires acknowledgment from bidders through specified methods to ensure compliance with the submission process. It also includes administrative details, including the contact information for the contracting officer, Eduardo R. Vazquez Ortiz, and additional modifications related to the proposal submission times. This amendment underscores the government's approach to managing large-scale projects by allowing adequate time for response while maintaining regulatory requirements and procedural integrity.
    The 10 Space Operations Squadron (10 SOPS) requires the design, fabrication, delivery, installation, testing, and training for a new L/S Band antenna system with a rigid radome for Detachment Charlie in Finegayan, Guam. This is due to extensive damage caused by Typhoon Mawar in 2023. The project includes replacing the antenna, pedestal, electrical panels, wiring, air conditioning, network equipment, and an Uninterruptible Power Supply (UPS). The contractor must adhere to a strict schedule, conduct multiple technical reviews, and perform on-site installation and testing, including Factory Acceptance Testing (FAT) witnessed by government representatives. Deliverables include the antenna, radome, UPS, electrical work, and antenna spares within 16 months. Comprehensive documentation, operations and maintenance manuals, and training for personnel are also required. All work must comply with OSHA, DoD Directive 8500, and NIST SP 800-53 cybersecurity policies.
    The Statement of Work (SOW) outlines the requirements for the 10 Space Operations Squadron (10 SOPS) to establish a dual-band L/S Band antenna and rigid radome at Detachment Charlie, Guam, following damage from Typhoon Mawar in 2023. The SOW includes the design, fabrication, installation, testing, and training related to the new antenna system, vital for telemetry, tracking, and commanding military communication satellites. Key components involve providing an antenna, radome, electrical upgrades, air conditioning, network equipment, and a new Uninterruptible Power Supply (UPS). The contractor is responsible for project management, technical reviews, installation, and acceptance testing as outlined in a detailed schedule. Safety regulations, clean-up responsibilities, and training requirements are strictly defined. A warranty covers all delivered hardware and software for one year. Security and cybersecurity compliance with Department of Defense and NIST standards is necessary for all equipment and personnel. The project duration is set for 16 months post-order. This document serves as a formal request for proposals, detailing critical operational and technical requirements necessary for restoring satellite communication capabilities in a secure environment.
    Lifecycle
    Title
    Type
    DET C Guam Antenna
    Currently viewing
    Solicitation
    Similar Opportunities
    Sources Sought Synopsis: Repair of the GPS Power System
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is conducting a Sources Sought Synopsis to identify potential sources for the repair of the GPS Power System, focusing on electronic and radio components for the AN/FRC-178 system. The Government is seeking small businesses, including those classified as 8(a), Service-Disabled Veteran-Owned, HUBZone, and Women-Owned, to participate in a 5-year Indefinite-Delivery Indefinite-Quantity (IDIQ) firm-fixed price contract for this work. Interested contractors must demonstrate their ability to obtain or create the necessary resources to perform repairs, as the technical data is currently owned by X Technologies, Inc. Responses are due by January 5, 2026, at 12:00 PM MST, and should be directed to Valerie Humphries at valerie.humphries@us.af.mil.
    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.
    ANT ELMT SUB ARRAY
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the repair of the ANT ELMT SUB ARRAY. This procurement focuses on the repair of antennas, waveguides, and related equipment, with a firm-fixed price structure required for the repair services. The successful contractor must adhere to strict quality assurance standards and provide a Repair Turnaround Time (RTAT) of 180 days after receipt of the asset, ensuring timely and efficient service for critical defense operations. Interested vendors should submit their quotes electronically to Rachael Costanzo at RACHAEL.L.COSTANZO.CIV@US.NAVY.MIL, with the closing date for submissions extended to December 19, 2025.
    ANTENNA
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Land and Maritime, is seeking proposals for the procurement of 39 units of antennas, specifically NSN 5985-01-308-1819, under a presolicitation notice. The procurement is categorized under Other Than Full and Open Competition, with approved sources including Aerospace & Commercial Technologies and Lockheed Martin Corporation, and the government requires delivery within 180 days to Hill AFB, Utah. This solicitation emphasizes the importance of quality conformance and export control of technical data, and interested vendors must have an approved Joint Certification Program (JCP) certification to access the necessary data. Proposals will be evaluated based on price, delivery, and past performance, with the solicitation expected to be available around November 10, 2025, on the DLA Internet Bid Board System (DIBBS). For further inquiries, interested parties can contact Angie Hernandez at Angie.Hernandez@dla.mil or by phone at 614-693-0248.
    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.
    FY24 MCON PROJECT P-859, CONSOLIDATED HEADQUARTERS PHASE II, U.S. NAVSUPPACT, MCB GUAM
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Systems Command Pacific, is seeking qualified contractors for the FY24 Military Construction (MILCON) Project P-859, which involves the construction of a secure Phase 2 space at the Consolidated Headquarters located at Naval Support Activity Marine Corps Base in Guam. The project encompasses various construction elements, including architectural, fire protection, electrical, telecommunications, HVAC, and collateral equipment, with an estimated contract value between $10 million and $25 million and a completion period of approximately 423 calendar days. This opportunity is significant for firms specializing in commercial and institutional building construction, as it requires U.S. prime contractors with U.S. subcontractors and suppliers, all of whom must have valid Top Secret clearance. Interested parties should contact Jacqueline Sivongxay at jacqueline.y.sivongxay.civ@us.navy.mil or call 808-603-4464 for further details, and must submit required vetting forms to gain access to the Request for Proposal (RFP), which is anticipated to be released around December 2025.
    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.
    36 CES Airfield Lighting Control and Monitoring System (ALCMS) Repair
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the repair of the Airfield Lighting Control and Monitoring System (ALCMS) at the 36th Civil Engineer Squadron in Yigo, Guam. The procurement involves maintenance, repair, and rebuilding of electrical and electronic equipment components, as detailed in the attached justification and approval document. This system is critical for ensuring the safety and efficiency of airfield operations, highlighting the importance of reliable lighting control and monitoring. Interested parties can reach out to Lauren Reyes at laurenrenee.reyes.2@us.af.mil or by phone at 671-366-6612, or Aubreeana Taylor at aubreeana.taylor@us.af.mil or 671-366-6603 for further information.
    59--ANTENNA
    Buyer not available
    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 - FMS REPAIR: ANTENNA PEDESTAL
    Buyer not available
    The Department of Defense, through the NAVSUP Weapon Systems Support, is seeking a qualified contractor for the sole-source repair of an Antenna Pedestal (NSN: 7RH 5985 015982956 CB, Part Number: 349-3000-001) under the Foreign Military Sales Case SR-P-MAL. The procurement is necessitated by the government's inability to contract with other sources due to insufficient data, and the award will be made under an existing Basic Ordering Agreement (BOA). The contractor must adhere to strict packaging, preservation, and marking requirements as outlined in MIL-STD-2073-1E and MIL-STD-129, with delivery expected within 365 calendar days from the induction date. Interested parties should contact Dana Scott at dana.l.scott14.civ@us.navy.mil or call 771-229-0557 for further information.