ContractSolicitationTotal Small Business Set-Aside (FAR 19.5)

DEO Communication Flyaway Kit (X COMM Kit)

DEPT OF DEFENSE FA480325Q0052
Response Deadline
Aug 20, 2025
Deadline passed
Days Remaining
0
Closed
Set-Aside
Total Small Business Set-Aside (FAR 19.5)
Notice Type
Solicitation

Contract Opportunity Analysis

The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the procurement of the DEO Communication Flyaway Kit (X COMM Kit), with an estimated contract value of $34 million. This requirement includes essential communication equipment such as Cisco routers, software, and a Starshield Mini Terminal Kit, aimed at enhancing the operational capabilities of fighter squadrons in austere environments. The procurement is a total small business set-aside, emphasizing the importance of secure and reliable communication systems for military operations. Interested vendors must submit their proposals by the specified deadline, and for further inquiries, they can contact Lori K. Ellis at lori.ellis.2@us.af.mil or Shaunannette D. Watson at shaunannette.watson@us.af.mil.

Classification Codes

NAICS Code
541519
Other Computer Related Services
PSC Code
7F20
IT AND TELECOM - IT MANAGEMENT TOOLS/PRODUCTS (HARDWARE AND PERPETUAL LICENSE SOFTWARE)

Solicitation Documents

7 Files
J and A.pdf
PDF254 KBJul 16, 2025
AI Summary
The document outlines a justification for a brand-name purchase focused on acquiring the Voyager 2 Slim Mobility System, specifically the GSDD V2 Mobility Kit, which includes essential communication equipment for Shaw Air Force Base. This kit encompasses a Starshield terminal kit, Cisco routers, a Viasat tactical communication device, and includes 24/7 technical support. The requirement stems from operational needs for secure communications in austere environments, as directed by high-level military leadership. The justification for brand-name restriction highlights the necessity of using Cisco equipment to ensure compatibility with existing systems, given that alternative brands lack authorization to operate. The overall goal of this acquisition is to enhance operational effectiveness and agility for fighter squadrons, facilitating seamless communication and mission execution. The contracting officer has determined that the anticipated costs are fair and reasonable based on pricing insights from NASA’s SWEP. This initiative is vital for supporting advanced military operations and aligns with contemporary strategies for agile combat employment.
Solicitation - FA480325Q0052.pdf
PDF2249 KBAug 14, 2025
AI Summary
The document is a federal government Request for Proposal (RFP) for a "DEO Communication Flyaway Kit (X COMM Kit)" for the Department of the Air Force, valued at an estimated $34,000,000.00. It outlines the solicitation details, including dates, contact information, and specific requirements for the communication kit, which includes a Cisco router, software, rackmount case, and Starshield Mini Terminal Kit with global service. The RFP details the contracting terms, delivery schedules, inspection and acceptance criteria, and payment instructions via Wide Area WorkFlow (WAWF). It also incorporates numerous Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) clauses covering various aspects such as small business programs (including Women-Owned Small Business), unique item identification, and compliance with ethical, environmental, and labor standards. Additionally, the document includes supplemental clauses regarding an ombudsman, ozone-depleting substances, health and safety on government installations, and contractor access to Air Force installations.
Attachment 3 DEK - Salient Characteristics..pdf
PDF36 KBAug 14, 2025
AI Summary
The document outlines the salient characteristics of a technology package, likely for a government Request for Proposal (RFP) or a federal grant, focusing on network and satellite communication equipment. The core components include two VoyagerESR 6300 embedded services routers with integrated PoE-enabled Cisco 6300 ESR and corresponding network advanced software licenses providing a 250Mbps throughput upgrade. The package also features a durable injection-molded 2U rackmount case with integrated power distribution, a Starshield Mini Terminal Kit, and a Starshield Service-Basic-OU with global coverage offering 60-250 Mbps downlink and 10-30 Mbps uplink speeds, alongside 5 TB/month of priority data. Additionally, a KG250X cryptographic device and a Blank Operational CIK are included, indicating a secure communication or data handling requirement. This comprehensive list details the specific hardware and services necessary for establishing a robust and secure communication infrastructure.
Solicitation Amendment FA480325Q00520001 SF 30.pdf
PDF1343 KBAug 14, 2025
AI Summary
This government document, Standard Form 30 (SF30), serves as an Amendment of Solicitation/Modification of Contract. Specifically, this amendment, FA480325Q00520001, for solicitation FA480325Q0052, dated August 6, 2025, extends the offer receipt date and incorporates questions and answers related to "DEO Flyaway Kits." The document outlines procedures for acknowledging amendments, noting that failure to do so may result in offer rejection. It also details how changes to submitted offers can be made. This SF30 applies to amendments of solicitations and modifications of contracts/orders, specifying various types of changes such as administrative adjustments or supplemental agreements. All other terms and conditions of the original document remain unchanged. The amendment was issued by FA4803 20 CONS LGCA, Shaw AFB, SC, and signed by Shaunannette D. Watson on August 14, 2025.
Questions and Answers FA480325Q0052 DEO Flyaway Kits.pdf
PDF47 KBAug 14, 2025
AI Summary
The document, FA480325Q0052, dated 14 August 2025, addresses questions and answers related to the DEO Communication Flyaway Kit (X COMM Kit). It clarifies key requirements for vendors responding to this federal government Request for Proposal (RFP). Specifically, the Air Force mandates that Cisco licenses be registered directly under their account, not transferred from the vendor's. In-person training for two students is required, either at Shaw AFB or another vendor-preferred location, without additional cost. Furthermore, OEM authorization letters must be submitted concurrently with the quote, rather than upon request. This document ensures clear communication and compliance for all prospective bidders on the X COMM Kit project.
Attachment 2 J and A Brand Name..pdf
PDF254 KBAug 14, 2025
AI Summary
The document is a brand-name justification for acquiring a "Voyager 2 Slim Mobility System/GSSDD V2 Mobility Kit" for the 20th Contracting Squadron. This system, an individual determination for an operational program, provides secured deployable communications to support Mission Generation Force Elements in austere locations, fulfilling a Wing Commander directive. The justification for restricting to this brand name is due to Shaw AFB's current requirement for specific brand equipment that possesses an authority to operate, and 90% of their layer 3 devices are Cisco, requiring compatibility. The anticipated cost to the government has been determined fair and reasonable based on NASA SWEP prices. This acquisition will significantly enhance base fighter squadrons' capabilities by providing highly deployable encrypted rapid communications worldwide, contributing to increased operational effectiveness and supporting Agile Combat Employment (ACE).
Attachment 1 DEK SOO..pdf
PDF121 KBAug 14, 2025
AI Summary
The Statement of Operation (SOO) outlines the requirements for an Expeditionary Communications Flyaway Kit to enhance fighter squadrons' global communication capabilities. Key technical specifications include KG250X encryption hardware, Cisco-style switches supporting eight+ users on NIPR and SIPR, Cisco Network Advanced Software License, a 12-month Starshield service plan with a mini terminal kit, and a 36-month warranty with 24/7 help desk support. Training for two students is also required within 90 days of delivery. Delivery is mandated within 90 calendar days of award to Shaw Air Force Base. The document details policies on authorized resellers, allowing both new and refurbished/remanufactured equipment (with clear identification), backorder notifications, OEM pass-through warranties, and the inclusion of all necessary hardware, software, and peripherals. Software licenses must be registered to the customer's organization.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedJul 16, 2025
amendedLatest AmendmentAug 14, 2025
deadlineResponse DeadlineAug 20, 2025
expiryArchive DateSep 4, 2025

Agency Information

Department
DEPT OF DEFENSE
Sub-Tier
DEPT OF THE AIR FORCE
Office
FA4803 20 CONS LGCA

Point of Contact

Name
Lori K. Ellis

Place of Performance

Charleston AFB, South Carolina, UNITED STATES

Official Sources