RFI - Advanced Satellite Communication Ground Entry Point
ID: SPRCO25RFI003Type: Sources Sought
Description

The Space Rapid Capabilities Office (Space RCO) is seeking industry input through a Request for Information (RFI) regarding advanced satellite communication antenna technology, specifically for a multi-purpose phased array system. This system is intended to enhance communication services across S-band, L-band, and C-band frequencies, supporting various military missions, including Ground Entry Point for satellite communications and telemetry. Key requirements for the system include electronic beam steering, high availability (99.9% uptime), security features, modular design for future adaptability, and compliance with Department of Defense environmental standards. Interested vendors should submit their responses, detailing their experience, technical approaches, and production capacities, by April 26, 2025, with submissions not exceeding 20 pages. For further inquiries, vendors can contact Jennifer Wilterdink at jennifer.wilterdink.1@spaceforce.mil.

Point(s) of Contact
Files
Title
Posted
The Space Rapid Capabilities Office (Space RCO) has issued a Request for Information (RFI) to explore advanced satellite communication antenna technology for enhanced communication services. This initiative seeks industry insights on a multi-purpose phased array system capable of operating across S-band, L-band, and C-band frequencies, aimed at supporting various missions including Ground Entry Point for satellite communications and telemetry. Key requirements include electronic beam steering for simultaneous effective contacts, high availability (99.9% uptime), security against unauthorized access, modular design for future adaptability, and compliance with Department of Defense (DoD) environmental standards. Interested vendors are asked to submit information on their experience, technical approaches, system designs, security features, transportability options, and production capacities, along with cost and schedule estimations. This RFI is informational and does not guarantee procurement; however, the responses will help shape future procurement strategies. Submissions are due by April 26, 2025, and should not exceed 20 pages. The Space RCO aims to ensure the advancement and reliability of satellite communications to protect space assets and support military operations.
Lifecycle
Title
Type
Similar Opportunities
EWOC Dual Band Frequency Converters
Buyer not available
The Department of Defense, through the 21st Contracting Squadron at Peterson Space Force Base, is conducting a Sources Sought notice to identify vendors capable of supplying Dual Band Frequency Converters, specifically dual-band up-converters and down-converters, for satellite telecommunications. The procurement aims to gather market research on vendors who can meet defined technical specifications, including input/output frequency ranges and gain control, which are critical for enhancing satellite communication capabilities. Interested suppliers are invited to respond by March 7, 2025, providing details on delivery timelines, alternative NAICS codes, product specifications, pricing structures, warranty information, and company identification. For inquiries, vendors may contact Zachary Hodges at zachary.hodges.10@spaceforce.mil or Brittney Rosenbaum at brittney.rosenbaum@spaceforce.mil.
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.
Quad-Band Satellite Emulator
Buyer not available
The Department of Defense, specifically the United States Marine Corps (USMC), is seeking information from vendors regarding the development of a Quad-Band Satellite Emulator, intended for rapid deployment in austere environments. The primary objective is to identify a suitable multi-band transponder, such as the AN/TSM-215, which will facilitate tactical satellite communications without reliance on active satellites, along with lifecycle maintenance and integration support. This initiative is crucial for enhancing the USMC's communication capabilities across diverse operational settings. Interested parties are invited to submit a white paper detailing their capabilities by April 3, 2025, and may direct inquiries to Deshawn Gaines or Mark Denhup via the provided email addresses until March 17, 2025.
Protected Tactical Enterprise Service (PTES) Protected Tactical Waveform over Commercial (PTWoC) Joint Hub Variant Technical Capability Sources Sought RFI
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is conducting a Sources Sought Request for Information (RFI) regarding the Protected Tactical Enterprise Service (PTES) and its Joint Hub Variant (JHV) for commercial satellite communications. The objective is to gather market research on the cost, schedule, and effort required to modify the design of the existing Wideband Global SATCOM (WGS) Joint Hub to support both Geostationary (GEO) and Medium Earth Orbit (MEO) commercial applications. This initiative is crucial for enhancing anti-jam wideband satellite communications capabilities for tactical warfighters and ensuring interoperability with commercial SATCOM systems. Interested parties should submit their responses by 12:00 PM (Pacific Time) on March 12, 2025, to Scott Lucas at scott.lucas.1@spaceforce.mil, and are encouraged to provide information on their relevant experience and capabilities in SATCOM systems development.
Request for Information (RFI): Modular Open Radio Frequency Architecture (MORA) Aligned RF Amplifier - System
Buyer not available
The Department of Defense, specifically the Army, has issued a Request for Information (RFI) for the development of a Modular Open Radio Frequency Architecture (MORA) Aligned RF Amplifier System. This RFI aims to gather information on potential sources and emerging technologies that can support a vehicle-mounted RF distribution and amplification system, with responses requested from cleared defense contractors. The government emphasizes that this inquiry is for information-gathering purposes only and does not indicate a commitment to solicit proposals or award contracts. Interested parties must submit their white papers, detailing technical specifications, capabilities, and rough cost estimates by March 26, 2025, and can request draft requirements through DoD Safe. For further inquiries, contact Kellie R. Clavijo at kellie.r.clavijo.civ@army.mil or Jay Kent at jay.a.kent.ctr@army.mil.
UHF SATCOM Antenna Commercial Solution Opening (CSO)
Buyer not available
The Department of Defense, specifically the Naval Information Warfare Systems, is seeking proposals for the UHF SATCOM Antenna Commercial Solution Opening (CSO). This procurement aims to identify and acquire commercial solutions for UHF SATCOM antennas, which are critical for secure and reliable communication in military operations. The selected solutions will enhance the capabilities of the U.S. Navy's communication systems, ensuring operational readiness and effectiveness. Interested vendors should reach out to Contract Specialist Adam Barker at adam.d.barker1@navy.mil or call 619-524-3558 for further details regarding the submission process and timelines.
REQUEST FOR INFORMATION (RFI) Support to the Air Force Distributed Common Ground System (DCGS) Systems Field Support (DSFS)
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking information from potential contractors to support the Air Force Distributed Common Ground System (DCGS) Systems Field Support (DSFS). The procurement aims to sustain and maintain Radio Frequency (RF) services critical for Intelligence, Surveillance, and Reconnaissance (ISR) operations, including program management, hardware maintenance, and logistics support. This initiative is vital for ensuring operational readiness and effectiveness in military operations, with a minimum uptime requirement of 99.5% for the systems involved. Interested parties must submit their responses to the Request for Information (RFI) by March 28, 2025, and can direct inquiries to ShaNellda Harris at shanellda.harris@us.af.mil or Samantha Taylor at samantha.taylor.12@us.af.mil.
B-2 KU-Band (Lower) Antenna NSN 5985-01-262-1927 P/N DAA3391P010-105
Buyer not available
Sources Sought DEPT OF DEFENSE B-2 KU-Band (Lower) Antenna NSN 5985-01-262-1927 P/N DAA3391P010-105 The Department of Defense, specifically the Department of the Air Force, is seeking prospective vendors for an engineering services effort regarding the B-2 Ku-Band (Lower) Antenna. This antenna is part of the B-2 Ku-Band radar system used to identify and determine the range and bearing of the vehicle. It also serves as a secondary structure that forms a portion of the outer mold line. The unit is designed for low observable and nuclear environment operations. The purpose of this effort is to resolve obsolescence, develop, and qualify a sustainable configuration for manufacturing. The Air Force is in search of vendors who can evaluate the Bill of Materials (BOM), production/test equipment, and documentation, identify obsolete parts and materials, propose alternatives for long-term sustainment, maintain the form, fit, and function of the antenna, meet all existing specification requirements, address testing requirements, and develop and deliver a full production Technical Data Package. At this time, Northrop Grumman is the only known source with qualifications to execute this effort. However, the Air Force is conducting this market survey to identify potential sources that may possess the specialized expertise, capabilities, and experience required. It is important to note that participation in this survey does not ensure participation in future solicitations or contract awards, and the government will not reimburse participants for any expenses associated with their participation. Prospective vendors must demonstrate their capabilities and past performance in areas such as low observable applications, repair and manufacture of B-2 aircraft antennas, B-2 aircraft integration testing, B-2 aircraft environmental testing, and compliance with security clearance requirements. Additionally, vendors must maintain a corporate cost accounting system that meets the requirements of DCMA and/or DCAA, and must not be owned by a foreign company or individual for the duration of any potential government contract. Small businesses are encouraged to indicate if conditions exist for a small business set-aside for any portion of the requirement, and provide information on their qualifications and experience. Large businesses should submit their reasonable expectation of subcontracting opportunities for small business concerns. The place of performance for this procurement is Oklahoma City, OK, with a zip code of 73145, and the primary contact for this notice is 424 SCMS/GUEAA. For more information, interested parties can contact 424SCMS.RFI.Responses@us.af.mil.
Request for Information / Sources Sought Notice for ARTS-V3 VADR MINI
Buyer not available
The Department of Defense, specifically the U.S. Air Force, is seeking information from vendors regarding the development of the VADR Mini, a Surface-to-Air Missile (SAM) Radar System designed for advanced threat training. The objective is to create a compact and agile digital radar system that integrates with government-furnished equipment, featuring a movable radar pedestal and specific technical specifications. This initiative is crucial for enhancing training capabilities and ensuring readiness against potential threats. Interested vendors are invited to submit their capabilities, cost estimates, and acquisition approach suggestions by March 10, 2025, with an anticipated Request for Proposal (RFP) expected in August 2025 and production needs estimated between 10 to 50 units, targeting completion of the Production Representative Article by December 2027. For further inquiries, vendors can contact Kristina Lenderman at kristina.lenderman@us.af.mil or Tyler Newey at tyler.newey@us.af.mil.
REQUEST FOR INFORMATION (RFI) DESIGN AGENT TO COMPLETE DEVELOPMENT OF RESILIENT EMBEDDED GLOBAL POSITIONING SYSTEM (GPS)/INERTIAL NAVIGATION SYSTEM (INS) (R-EGI)
Buyer not available
The Department of Defense, specifically the Department of the Air Force, has issued a Request for Information (RFI) for the development of a Resilient Embedded Global Positioning System/Inertial Navigation System (R-EGI). This initiative aims to enhance positioning and navigation capabilities for both manned and unmanned airborne platforms, addressing urgent needs identified in the 2018 National Defense Strategy. The R-EGI program seeks to modernize existing systems while integrating complementary technologies, emphasizing the use of Agile software development techniques and compliance with Modular Open Systems Architecture (MOSA). Interested parties are encouraged to provide insights on their capabilities for hardware and software design, integration, and production of Production Representative Units (PRUs), with participation being voluntary and no current solicitation in place. For further inquiries, respondents can contact Todd Rissmiller at todd.rissmiller@us.af.mil or Monica Miller, Contract Specialist, at monica.miller.3@us.af.mil.