Digital Intermediate Frequency System
ID: W15P7T26RDIGIFType: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK ACC-APGABERDEEN PROVING GROU, MD, 21005-1846, USA

NAICS

Satellite Telecommunications (517410)

PSC

IT AND TELECOM - NETWORK: DIGITAL NETWORK PRODUCTS (HARDWARE AND PERPETUAL LICENSE SOFTWARE) (7G21)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Defense, specifically the Product Manager Wideband Enterprise Satellite Systems (PdM WESS) at Fort Belvoir, Virginia, is seeking information from qualified systems integrators for the development of a Digital Intermediate Frequency (Digital IF) solution. The objective is to establish a flexible, modular, and standards-based Digital IF architecture across up to 18 SATCOM teleport sites worldwide, enhancing scalability, interoperability, and long-term sustainment of SATCOM ground segment solutions. This initiative is crucial for integrating Digital IF technologies into the DoD SATCOM ground segment, ensuring operational advantages and seamless management automation. Interested vendors must submit their responses, including company details and capabilities, by December 29, 2025, with questions due by December 22, 2025. For further inquiries, contact Keith Magaw at keith.a.magaw.civ@army.mil or Kristin Dacey at kristin.l.dacey2.civ@army.mil.

    Files
    Title
    Posted
    Product Manager Wideband Enterprise Satellite Systems (PdM WESS) seeks information from qualified systems integrators for a Digital Intermediate Frequency (Digital IF) solution. This Request for Information (RFI) aims to establish a flexible, modular, standards-based Digital IF architecture across up to 18 global SATCOM teleport sites. PdM WESS is particularly interested in vendors experienced with DoD SATCOM systems, DIFI Standard (IEEE-ISTO 4900-2021) or VITA Radio Transport (VRT, ANSI/VITA 49.2), and the deployment of Digital IF ground segment systems. The government seeks solutions for resilient high-availability Digital IF networking, equipment like Digital IF Combiners/Dividers (CDs) and Digital IF Conversion (IFCs), and automated Digital IF system management. Key objectives include ensuring interoperability, supporting Wideband Global System (WGS) operations and certification, and enabling seamless management and control automation. The RFI also requests information on supporting third-party Digital IF Modems and the ability to integrate the system into existing DoD SATCOM teleport sites. Interested vendors should provide company details, point of contact, and specifics on their capabilities in Digital IF networking, equipment, M&C automation, WGS certification compliance, DM support, SATCOM teleport integration, logistics, and future growth. Responses are due by December 12, 2025.
    Product Manager Wideband Enterprise Satellite Systems (PdM WESS) at Fort Belvoir, VA, is seeking information from qualified systems integrators for the first increment of a Digital Intermediate Frequency (Digital IF) solution. This Request for Information (RFI) aims to establish a flexible, modular, and standards-based Digital IF architecture across up to 18 SATCOM teleport sites worldwide. PdM WESS seeks vendors with expertise in system design, integration, testing, and installation of resilient SATCOM ground segment solutions that support scalability, interoperability, and long-term sustainment. The initiative focuses on integrating Digital IF technologies into the DoD SATCOM ground segment to achieve operational advantages in growth and resilience, ensure interoperability across all DoD teleports, and employ seamless integrated management and control automation. Key functional requirements include a high-speed Digital IF network, automated signal chain management, and support for various Digital IF equipment and future growth. Vendors are requested to provide company details, points of contact, and elaborate on their capabilities concerning Digital IF networking, equipment, M&C automation, WGS certification, third-party modem support, SATCOM teleport integration, logistics, and future growth. The RFI is for planning purposes only and does not obligate the government to any agreement.
    Lifecycle
    Title
    Type
    Sources Sought
    Similar Opportunities
    Request for Information - Man-Portable Direction Finding System - REVISED
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is conducting market research to identify potential sources for a Man-Portable Direction Finding (DF) System intended for Special Warfare operations. This system is crucial for Guardian Angel teams to rapidly locate isolated personnel emitting radio frequency (RF) signals, enhancing their operational effectiveness in critical situations. Key requirements for the system include high direction finding accuracy, a broad frequency range of 500 KHz to 6 GHz, a lightweight and rugged design, and interoperability with existing equipment, among other capabilities. Interested parties are encouraged to submit their responses detailing product capabilities and associated costs by January 2, 2026, to Jamie Sclafani at jamie.sclafani@us.af.mil.
    RFI - Enhanced Data Rate (SEDR) Waveform onto Operational Radios
    Dept Of Defense
    The Department of Defense, specifically the Air Force Life Cycle Management Center (AFLCMC), is seeking qualified vendors to port the Enhanced Data Rate (SEDR) waveform onto operational software-defined radios. This Request for Information (RFI) aims to identify vendors with the necessary expertise to implement the SEDR waveform, which includes obtaining required certifications such as NSA Type-1 for COMSEC and ensuring airworthiness and security compliance. The successful integration of this technology is crucial for enhancing communication capabilities within military operations. Interested parties 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.
    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.
    RFI: HAF/A5 Advanced Wargaming and Simulation Technologies for Integrated Force Design
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is conducting a Request for Information (RFI) to identify U.S. vendors capable of providing advanced wargaming and simulation technologies for the Integrated Force Design initiative, known as the WarMatrix Ecosystem. The Air Force aims to transform its current capabilities by developing a digital system that enhances decision-making through advanced software, modeling and simulation (M&S), and Artificial Intelligence (AI), addressing existing challenges with outdated tools and disconnected systems. This initiative is crucial for achieving Decision Superiority and refining force design in future military campaigns. Interested vendors must submit capability briefs by January 9, 2026, at 2:00 PM EST, to Capt Richard Snyder at richard.snyder.12@us.af.mil, detailing their relevant technologies and experience.
    Request for Information - Data at Rest
    Dept Of Defense
    The Department of Defense, through the Air Force Life Cycle Management Center (AFLCMC), is issuing a Request for Information (RFI) to identify sources capable of providing Commercial Solutions for Classified (CSfC) Dual Data at Rest (DAR) capabilities for Tactical Air Control Party Modernization (TACP-M) Core Computers. The objective is to enhance operational security by ensuring that classified data is properly sanitized when computers are powered off or logged out, thereby allowing them to be considered unclassified and mitigating logistical and operational security concerns during travel and field operations. The proposed solution requires a minimum hardware update to NVMe SSD hard drives (M.2 2280, TCG Opal compliant, 1 TB minimum) and a software update for full disk encryption, with compliance to NSA certification for Full Drive Encryption (FDE) and NIAP-approved collaborative protection profiles. Interested parties must submit their responses, including company data, product capabilities, rough cost estimates, and potential risks, by January 5, 2026. For further inquiries, contact Edwin Hernandez Mendez at edwin.hernandezmendez.2@us.af.mil or Denis Grenier at denis.grenier@us.af.mil.
    Project Manager Terrestrial Sensors (PM TS) Market Research for Enterprise Command & Control (C2) Capabilities for Air and Ground C5ISR Systems
    Dept Of Defense
    The Department of Defense, specifically the Project Manager Terrestrial Sensors (PM TS), is seeking information through a Request for Information (RFI) regarding Command-and-Control (C2) capabilities for integration with Ground and Air platforms within its portfolio, including systems like G-BOSS(E), PSS-T, and Te-UAS. The objective is to identify novel and mature C2 software technologies that are platform-agnostic and can enhance situational awareness across various systems, addressing connectivity challenges and compliance with Integrated Sensor Architecture (ISA) and Unified Data Reference Architecture (UDRA). This RFI is intended for market research purposes only and does not guarantee a future contract award; however, interested parties are encouraged to submit a Capability Statement by December 15, 2025, with responses due by January 5, 2026. For inquiries, contact Thao Trinh at thao.h.trinh.civ@army.mil or Rosetta Wisdom-Russell at rosetta.wisdom-russell.civ@army.mil.
    Radio Frequency (RF) Free Initialization of Positioning, Navigation, and Timing (PNT) Systems
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Combat Capabilities Development Command (DEVCOM) C5ISR Center, is seeking information on radio frequency (RF) free initialization solutions for Positioning, Navigation, and Timing (PNT) systems to enhance capabilities in degraded and denied environments. The objective is to gather insights and proposals from industry participants regarding innovative solutions that can improve assured PNT capabilities. This Request for Information (RFI) is crucial for planning purposes and aims to inform future procurement strategies, although it does not constitute a solicitation or binding contract. Interested parties must submit their responses by February 6, 2026, and can request additional technical details through the provided contact emails: usarmy.apg.devcom-c5isr.mbx.rti-industry-engagement@army.mil and Brianne.l.holmes3.civ@army.mil.
    Production of CNS/ATM SATCOM Antenna and Satellite Data Unit
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Warner Robins, GA, is conducting market research to identify potential sources for the production of a Satellite Communication (SATCOM) Antenna and Satellite Data Unit. The procurement involves the qualification and manufacturing of specific items, including the SATCOM Antenna (NSN: 5985-20-011-2563UC) and the Satellite Data Unit (NSN: 5895-20-011-3435UC), which are critical for communication in aircraft, particularly for the C-5 program. The original equipment manufacturer, EMS Technologies Canada, Ltd, is currently the only known source with the necessary technical data and capabilities to fulfill this requirement, leading to a planned sole source contract. Interested parties must express their interest and capability by January 8, 2026, via email to Matthew White at matthew.white.48@us.af.mil and Timothy Randall at timothy.randall.4@us.af.mil.
    IM&T Program, Project, Data Management, Business Intelligence Support Services and Software Development & Sustainment Indefinite Delivery/Indefinite Quantity (IM&T IDIQ)
    Dept Of Defense
    The Department of Defense, through the Washington Headquarters Services (WHS), is seeking qualified vendors for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract to provide Program, Project, Data Management, Business Intelligence Support Services, and Software Development & Sustainment for the Defense Security Cooperation Agency (DSCA) Information Management and Technology (IM&T). The contract aims to enhance the digital infrastructure and business systems that support global Security Cooperation, with a focus on Agile/Scaled Agile Program Management and DevSecOps best practices. This initiative is critical for managing IT initiatives, developing and maintaining software, and providing advanced data analytics to support mission-driven decision-making. Interested firms must submit capability statements by January 6, 2026, detailing their relevant experience, with an estimated contract value between $400 million and $500 million over a five-year ordering period. For further inquiries, contact Darrell Joy at darrell.l.joy2.civ@mail.mil or Anaya Porter at anaya.a.porter.civ@mail.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.