United States Army AISR Satellite Communications Services
ID: FA2541-25-012Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA2541 SSC COMRCL SVS OFC SSC CMKCHANTILLY, VA, 20151, USA

NAICS

Satellite Telecommunications (517410)

PSC

IT and Telecom - Network: Satellite Communications and Telecom Access Services (DG11)
Timeline
    Description

    The Department of Defense, through the Department of the Air Force, is seeking sources for the Army AISR Satellite Communications Contract, aimed at providing satellite communication services for United States Army Global 6500 aircraft. The primary objective is to ensure reliable connectivity to support global missions, with a required data rate of 20 Mbps and specific operational parameters across various geographic regions, including CONUS, Alaska, and Europe. This initiative is critical for enhancing operational readiness and communication capabilities in military operations. Interested vendors must submit their responses to the Request for Information (RFI) by September 1, 2025, and can direct inquiries to John Seacrist at john.seacrist@spaceforce.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The United States Army is soliciting feedback for the Army AISR Satellite Communications Contract aimed at providing Global 6500 aircraft with satellite communication capabilities. This Request for Information (RFI) seeks detailed, non-generic responses from vendors to aid in developing an acquisition strategy. The required services include commercial satellite communication (COMSATCOM), ground station services, and related engineering for a single aircraft. Key operational areas include CONUS, Hawaii, Alaska, and various European and Indo-Pacific regions. The Government emphasizes the need for reliable connectivity to meet a data rate of 20 Mbps, with provisions for leasing teleport antennas and modems. Interested vendors must demonstrate capability in transponded capacity, equipment support, and data rate specifications. The document also requests information on business credentials and potential contract vehicles for the acquisition. All responses must be submitted by September 1, 2025, via email. This initiative reflects the Government's intent to enhance global operational readiness through advanced satellite communication solutions while following strict procurement processes.
    The U.S. Army is soliciting industry input for the AISR Satellite Communications Contract, which aims to provide Global 6500 aircraft with global connectivity. Through this Request for Information (RFI), the government seeks specific feedback to aid in developing an acquisition strategy; generic statements will not be considered. Key requirements include commercial satellite communication services and a turn-key Ka-band satellite service for missions across various operational areas, including NORTHCOM, EUCOM, and INDOPACOM. Responses should address vendor capabilities, including the ability to meet data rate requirements, transponded capacity, and the potential need for modifications to existing equipment. Additional questions inquire about the capacity for dynamic tracking beams, terrestrial reach-back capabilities, and subcontracting needs. Interested vendors must provide detailed responses, including a capability statement and their business details, by August 1, 2025. This effort, part of market research, precedes a formal solicitation expected to follow. The comprehensive nature of this RFI reflects the government's commitment to obtaining effective solutions for military satellite communications while ensuring that respondent organizations understand the constraints and obligations associated with the proposal process.
    The document is a response to a Request for Information (RFI) regarding technical specifications for communication hardware intended for government aircraft. It seeks confirmation on the 20 Mbps throughput requirements and clarifies that the current Minimum Information Rate (MIR) is 20 Mbps, with a Committed Information Rate (CIR) of 15 Mbps. The government acknowledges the absence of a draft Performance Work Statement (PWS) but plans to create one post-review of the RFI responses. Technical data needed for link budget analysis from the Thinkom GT2517 antenna and Hughes HM400 modem is specified, including various operational parameters. A one-month extension for submission is granted. Geographic operational requirements are defined for different areas, including CONUS, Alaska, and EUCOM, with specific CIR and MIR thresholds set for each region. Coverage requirements also clarify overland versus over-water operational areas. The summary encapsulates critical technical requirements and geographic considerations vital for prospective bidders addressing the RFI.
    The document presents the Peak On-Axis Co-Pol Effective Isotropic Radiated Power (ESD) data for Inmarsat's full-band configuration at a frequency of 29.5 GHz, in accordance with FCC regulations (25.218). It provides detailed gain values measured in dBW/MHz across various elevation angles, ranging from 0 to 90 degrees, along with their corresponding skew angles. The data reveals a peak gain of 41.5 dBic at multiple elevation angles, with a gradual decrease to 30.5 dBic at the lowest angles, indicating strong performance across a wide range of operational parameters. Additionally, shaded areas on the graph outline satellite-user longitudinal offsets exceeding 40 degrees, highlighting potential operational limitations. The document focuses on ensuring compliance with FCC guidelines while considering the implications of radome losses in the antenna's gain measurements. This technical data is essential for entities participating in government RFPs, federal grants, or local applications relating to satellite communications and regulatory compliance.
    The document outlines selected Modulation and Coding (MODCOD) configurations for communication systems, specifically detailing their data rates, Forward Error Correction (FEC) code rates, and bandwidth characteristics. It presents a structured table containing various modulation types, including Quadrature Phase Shift Keying (QPSK) and Eight Phase Shift Keying (8PSK), alongside their respective data rates ranging from 0.320 kbps to 68812 kbps, with specific LDPC code rates and spreading factors. The table also lists operational parameters such as symbol rates, chip rates, roll-off factors, and occupied bandwidths, indicating parameters like a roll-off factor of 0.1 as a standard for MODCODs. Furthermore, it addresses transponder bandwidths (36 MHz or 72 MHz) and throughput rates (40 Mbps for forward link and 20 Mbps for return link). The document emphasizes essential factors such as Eb/No values and their corresponding Packet Error Rates (PER) to support system performance analysis, ensuring compliance with specific technical standards. This information supports federal RFPs related to high-capacity communication infrastructure and aids in determining the appropriate operational configurations for efficient communication technology deployment.
    The ThinAir GT 2517 is an advanced satellite communication system designed for special-mission Intelligence, Surveillance, and Reconnaissance (ISR) aircraft, offering reliable, high-bandwidth communication capabilities for military operations. Key features include multi-orbit capability (GEO, MEO, LEO), full civil and extended civil Ka-band operation, and resilience against interception with low drag, enabling extended operational time. The system supports data rates of up to 830 Mbps down and 200 Mbps up, ensuring high network efficiency with a theoretical capacity of 4 bits/Hz. It incorporates robust environmental standards, offering operational temperatures ranging from -55°C to +74°C, and advanced tracking capabilities with 360° azimuth coverage and exceeding 250°/sec beam agility. Designed for compliance with regulatory frameworks, the antenna supports multiple global networks and prioritizes secure communications through advanced features, including anti-jam robustness. The overall dimensions and weight of the system indicate a compact design suited for various military applications. This document aligns with governmental RFPs and grants, focusing on enhancing defense capabilities through innovative communication technologies.
    Lifecycle
    Title
    Type
    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 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.
    Space Command and Control (C2) Project Request for Information (RFI)
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is conducting a Request for Information (RFI) for the Space Command and Control (C2) Project, aimed at supporting potential Foreign Military Sales to the Canada Department of National Defence. This initiative seeks to gather information on capabilities and pricing for a System of Systems (SoS) that will enable Canada to effectively ingest, process, and disseminate space data across various classification levels, with a focus on data management, analytics, visualization, and interoperability with allied systems. The project is critical for addressing the current fragmentation in tools used by the Canadian Armed Forces and managing the increasing volume of space data, ensuring solutions are resilient and scalable. Interested parties are encouraged to submit their responses by December 12, 2025, and can reach out to SSC IA Market Research at ssc.iaf.marketresearch@spaceforce.mil for further inquiries.
    RFI for Ground Bounce NaaS
    Buyer not available
    The Department of Defense, through the United States Space Force Space Systems Command (USSF SSC), is seeking information from contractors regarding a Request for Information (RFI) for Network as a Service (NaaS) to support its Ground Bounce (GB) Project. The objective is to establish a secure, private transport network utilizing commercial proliferated Low Earth Orbit (pLEO) satellites, such as Starlink, to enhance connectivity for government end-user systems globally. This initiative is critical for minimizing reliance on traditional infrastructure while ensuring secure and resilient network capacity, with key requirements including integration with existing networks, provision of secured VPNs, scalability, and compliance with cybersecurity standards. Interested parties are invited to submit a white paper and PowerPoint presentation detailing their proposed solutions by December 12, 2025, with inquiries directed to Tobias Richards at tobias.richards.1@spaceforce.mil or Victor Vizcarra at victor.vizcarra.1.ctr@spaceforce.mil.
    Request for Information (RFI) Space Domain Awareness (SDA) Geosynchronous Wide Field of View (WFOV) Electro-Optical (EO) Sensor
    Buyer not available
    The Department of Defense, through the Department of the Air Force, has issued a Request for Information (RFI) for a Geosynchronous Wide Field of View (WFOV) Electro-Optical (EO) Sensor, aimed at enhancing space domain awareness capabilities. This RFI seeks industry input on sensors capable of detecting resident space objects at visual magnitudes of 14.5 and above, with a particular interest in those that can achieve detection at 16+ visual magnitude, while performing wide-area volume searches efficiently. The initiative is critical for developing a constellation of free-flyer Space Vehicles equipped with EO payloads to support geo-based surveillance operations. Interested parties are encouraged to submit their responses, which should include technical and programmatic information, by January 9, 2025, to the primary contact, Tobias Richards, at tobias.richards.1@spaceforce.mil, or by phone at 310-653-9416.
    Digital Intermediate Frequency System
    Buyer not available
    The Department of Defense, specifically the Product Manager Wideband Enterprise Satellite Systems (PdM WESS), is seeking information from qualified systems integrators for a Digital Intermediate Frequency (Digital IF) solution to be implemented across up to 18 SATCOM teleport sites globally. The primary objective is to establish a flexible, modular, standards-based Digital IF architecture that enhances scalability, interoperability, and long-term sustainment of SATCOM ground segment solutions. This initiative is crucial for ensuring operational advantages in the Department of Defense's satellite communications capabilities, particularly in supporting Wideband Global System (WGS) operations and certification. Interested vendors must submit their responses by December 19, 2025, and can direct inquiries to Keith Magaw at keith.a.magaw.civ@army.mil or Kristin Dacey at kristin.l.dacey.civ@army.mil.
    Telemetry Radios
    Buyer not available
    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.
    RFI - Enhanced Data Rate (SEDR) Waveform onto Operational Radios
    Buyer not available
    The Department of Defense, through the Air Force Life Cycle Management Center (AFLCMC), is seeking qualified vendors to assist in porting the Enhanced Data Rate (SEDR) Waveform onto operationally relevant software-defined radios. This Request for Information (RFI) aims to identify vendors capable of performing waveform porting, integration and testing, and obtaining necessary certifications, including NSA Type-1 and airworthiness, along with providing documentation and training. The SEDR waveform is critical for enhancing communication capabilities in tactical environments, ensuring operational readiness for military applications. Interested vendors must submit a Statement of Interest by December 19, 2025, detailing their qualifications and technical experience, while questions regarding the RFI are due by November 21, 2025. For further inquiries, vendors can contact Aidan Nugent at aidan.nugent@us.af.mil or Alexandra Hutchinson at Alexandra.Hutchinson.1@us.af.mil.
    Request for Information (RFI) to Support Enterprise Payload Processing Management Facility Support
    Buyer not available
    The Department of Defense, specifically the United States Space Force (USSF), is seeking industry feedback through a Request for Information (RFI) regarding commercial Payload Processing Facility (PPF) support services as part of its Enterprise Payload Processing Management (EPPM) initiative. The objective of this RFI is to gather insights on current and projected PPF capabilities, services, and limitations to optimize the management and procurement of these services for USSF Space Vehicle (SV) processing, which is currently fragmented across individual program offices. This effort is crucial for enhancing the efficiency of payload processing and improving scheduling across various missions, including National Security Space, civil, and commercial operations. Interested parties should submit their responses by December 12, 2025, and can direct inquiries to Isabel Shvartsman at isabel.shvartsman@spaceforce.mil or Irma Seferi at irma.seferi@spaceforce.mil.
    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 establish reliable communication infrastructure, which is critical for military operations and coordination across Europe. Interested telecommunications providers must comply with specific terms and conditions outlined in the solicitation, and the evaluation will follow a lowest price technically acceptable (LPTA) source selection process. 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, with all submissions required to include the requestor's UEI or CAGE code for verification.