DET C Guam Antenna
ID: FA251825R0017 Type: Sources Sought
Overview

Buyer

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

NAICS

Other Heavy and Civil Engineering Construction (237990)

PSC

REPAIR OR ALTERATION OF OTHER NON-BUILDING FACILITIES (Z2PZ)
Timeline
    Description

    The Department of Defense, through the United States Space Force's 10th Space Operations Squadron (10 SOPS), is seeking contractors for the design, fabrication, delivery, installation, testing, and training of a dual uplink band (L and Unified S Band) and S band downlink antenna, along with a rigid radome at Detachment Charlie in Guam. This procurement is necessitated by damage sustained from Typhoon Mawar in May 2023, and aims to restore critical telemetry, tracking, and commanding capabilities for satellites in geosynchronous orbit. The project includes the installation of a new uninterruptible power supply (UPS), assessment and replacement of electrical panels and wiring, and adherence to stringent military standards for safety and cybersecurity. The contract is projected to be awarded on August 25, 2025, with an estimated value between $9 million and $13 million, and interested parties can reach out to Eduardo Vazquez Ortiz or Justin Arnold via email for further inquiries.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines requirements for replacing the damaged L/S Band antenna system at Detachment Charlie of the 10 Space Operations Squadron (10 SOPS) in Finegayan, Guam. Following a catastrophic event caused by Typhoon Mawar, the facility requires a new antenna, rigid radome, electrical panels, and other supporting equipment. The new system must meet specified technical standards for receiving and transmitting signals within designated frequency ranges, ensuring compatibility with military satellite operations. Key areas defined include ground terminal performance, tracking accuracy, power requirements, environmental resilience, maintenance protocols, and cybersecurity compliance. Emphasis is placed on safety features, operational documentation, and compliance with stringent quality assurance testing both at the factory and on-site. The document serves as a federal request for proposals (RFP), guiding contractors in delivering a robust antenna system capable of precision in telemetry, tracking, and commanding functionalities essential for national security objectives in military satellite communications. Deliverables, warranties, and a clear timeline for system installation and testing are also specified, aiming for operational readiness within 16 months post-contract award.
    This government document outlines a request for proposals (RFP) concerning work to be executed in Finegayan, Guam, specifically related to a L/S Band Antenna manufactured by Viasat, Inc. The document includes two main inquiries directed at potential contractors: first, whether they can perform work on-site in Finegayan, and second, their willingness to collaborate with Viasat, Inc. as a subcontractor. These inquiries indicate a focus on localization and partnership with established firms in the telecommunications sector. The essence of this RFP is to assess contractor capabilities and collaboration readiness in executing specialized governmental projects involving advanced technology systems. This approach is typical in government procurements, aiming for compliance with operational needs while engaging reliable industry partners.
    The Department of the Air Force, through the United States Space Force, is issuing a Sources Sought Request for Information (RFI) regarding the replacement of an L/S Band Antenna with a Rigid Radome for Detachment Charlie Guam, part of the 10th Space Operations Squadron. The performance period is set for 16 months following the receipt of the order, with proposals due by 1:00 PM MT on 25 April 2025. Interested contractors must respond to specific questions about their capabilities and experiences and review attached materials for requirements. Responses are strictly for market research and will not be evaluated as proposals. Respondents are required to provide organizational information, business size status, and confirm active enrollment in SAM.gov. Additional certification regarding the Defense Logistics Agency's Joint Certification Program is also necessary for document access. Proposals should be submitted through specified contact emails and must adhere to the designated subject line format. This RFI serves to gather insights to inform future project planning while ensuring compliance with procurement integrity protocols.
    The document outlines the Statement of Work (SOW) for the 10 Space Operations Squadron's requirement for a dual band L/S Band antenna and rigid radome at Detachment Charlie in Guam. Following damage from Typhoon Mawar in 2023, the mission necessitates the design, installation, testing, and training for new satellite communication equipment essential for telemetry, tracking, and commanding operations. Responsibilities of the contractor include installing a new UPS, electrical equipment, and air conditioning units, as well as conducting regular progress reviews and acceptance tests to validate functionality against military standards. The contract specifies detailed project requirements, including safety, documentation, training, and adherence to cybersecurity protocols outlined by the Department of Defense. The overall goal is to restore operational capabilities while ensuring compliance and safety throughout the project lifecycle, with a projected performance period of 16 months following the receipt of the order.
    The United States Space Force's 10th Space Operations Squadron requires the procurement and installation of a replacement SGLS Antenna and Rigid Radome at Det C in Finegayan, Guam, following damage from Typhoon Mawar in May 2023. The Space Acquisition & Integration Office (SAIO) plans to award the contract on 25 August 2025, focusing on a project with an estimated cost between $9M and $13M. The contract will include site preparation, reconstruction, and installation of electrical components, with a ViaSat antenna specified due to equipment compatibility. The work will be structured by Contract Line Item Numbers (CLINs): CLIN 0001 for the antenna installation and CLIN 0002 for construction services. This procurement will be set aside for small businesses and evaluated based on predetermined criteria. For inquiries, the Contracting Officer and Specialist are available for assistance.
    Lifecycle
    Title
    Type
    DET C Guam Antenna
    Currently viewing
    Sources Sought
    Similar Opportunities
    USSF COMSATCOM CSCO Forecast to Industry Future Requirements Fiscal Year (FY) 2026 (as of Oct 2025)
    Dept Of Defense
    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.
    Sources Sought: For Ionospheric Ground Sensors (IGS) Sustaining and Engineering Support Request for Information (RFI)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking information from commercial entities capable of providing sustaining and engineering support for the Ionospheric Ground Sensors (IGS) program. This procurement aims to identify companies that can deliver maintenance, specialized engineering support, installation, and sustainment for the Next Generation Ionosonde (NEXION) and Ionospheric Scintillation Total Electron Content (TEC) Observer (ISTO) systems, which are critical for characterizing the space weather environment and supporting various defense operations. The selected contractors will be responsible for tasks such as site surveys, spectrum analysis, cybersecurity compliance, and system troubleshooting, with a focus on ensuring the operational readiness of IGS installations globally. Interested parties are encouraged to respond by January 12, 2026, and should direct inquiries to Chaz Wisuri at chaz.wisuri@spaceforce.mil or Ryan Hart at ryan.hart.23@spaceforce.mil.
    Notice of Intent to Sole Source: Satellite Processing and Integration Facility Support Extension
    Dept Of Defense
    The Department of Defense, through the Space Development Agency (SDA), intends to issue modifications to a sole source contract with SpaceX for the continued support of a satellite processing and integration facility. This facility is designed to accommodate up to 21 satellites and associated hardware, facilitating essential post-transport functional testing, mechanical and electrical integration, and payload encapsulation. The modifications, valued at an estimated total of $29,200,000, will extend the contract period by one year and include an additional one-year option, with the first modification expected to be awarded in December 2025. Interested parties may direct inquiries to the SDA Special Notice Coordinator at ussf.pentagon.sda.mbx.sn-26-0002@mail.mil.
    Repair services applicable to the AN/APY-1/2 E-3 surveillance radar 5-Volt Power Supply.
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking a contractor to provide repair services for the AN/APY-1/2 E-3 surveillance radar 5-Volt Power Supply. This procurement involves a firm-fixed-price contract for the repair and testing of five power supplies, with a delivery requirement of 120 calendar days from the order date. The selected contractor will be responsible for ensuring compliance with quality assurance standards, including ISO 9001-2015, and must adhere to specific packaging and transportation requirements as outlined in the associated documentation. Interested parties should note that the solicitation is expected to be issued on November 5, 2025, with proposals due by December 5, 2025. For further inquiries, potential bidders can contact Nikita Hicks or Kizmet Hall via their provided email addresses.
    Ground Based Radar Digitization (GBRD) Industry Day Site Visit
    Dept Of Defense
    The Department of Defense, through the U.S. Space Force (USSF), is hosting an Industry Day on January 7, 2026, at Cape Cod Space Force Station to discuss the Ground Based Radar Digitization (GBRD) program. This initiative aims to modernize six radar sites, including five Upgraded Early Warning Radars and one Perimeter Acquisition Radar Attack Characterization System, by digitizing legacy systems to enhance space domain awareness, improve radar performance, reduce sustainment costs, and address obsolescence. The USSF is particularly interested in industry solutions that leverage open-system architectures, utilize Commercial Off-The-Shelf (COTS) technology, and incorporate existing digital receiver technology. Interested parties must RSVP and complete a site access request by December 17, 2025, and contact Ms. Tracy Anderson at tracy.anderson.4@spaceforce.mil for further information.
    Pre-notice of forth coming solicitation
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is preparing to solicit bids for the construction of a non-standard, mission-specific Guided Missile Radar Antenna Maintenance Facility at Letterkenny Army Depot, Pennsylvania. This facility, approximately 4,928 square feet, will include an anechoic chamber, administrative and support spaces, and various systems such as fire protection, intrusion detection, and sustainable design features. The project is significant for enhancing military capabilities and ensuring compliance with Department of Defense standards, with an estimated contract value between $5 million and $10 million. Interested contractors should note that the solicitation is anticipated to be released on July 21, 2025, and can contact Tonja Dreke at tonja.j.dreke@usace.army.mil or Jeffrey Johnson at jeffrey.c.johnson@usace.army.mil for further information.
    36 CES Airfield Lighting Control and Monitoring System (ALCMS) Repair
    Dept Of Defense
    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.
    RFI for Ground Bounce NaaS
    Dept Of Defense
    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 crucial for ensuring resilient and augmented communication capabilities, with a projected support for eight ground bounce locations and potential for future expansion based on funding availability. Interested contractors must submit a white paper and a 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.
    ANTENNA, NSN:5985016084976WF, PN: 42G1215A-XT-1
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking to procure an antenna with NSN: 5985016084976WF and part number 42G1215A-XT-1 through a proposed sole source contract action. This procurement is intended to fulfill a specific agency requirement, as the government does not possess the technical data for these parts, which are owned by ANTCOM CORPORATION. The antenna is critical for various defense applications, and the government reserves the right not to make an award at all. Interested parties are encouraged to submit capability statements, proposals, or quotations, and should monitor the SAM.gov website for the full solicitation details and any updates. For inquiries, Richard Maynard can be contacted at richard.maynard.5@us.af.mil or by phone at 801-777-6504.
    SENTINEL AIR EDUCATION TRAINING COMMAND FORMAL TRAINING UNIT (AETC FTU)
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is soliciting proposals for the construction of the Sentinel Air Education Training Command Formal Training Unit (AETC FTU) at Vandenberg Space Force Base in California. This project involves the construction of a 16,489 square meter (177,490 square feet) training facility designed to support Sentinel training for maintenance and operations, integrating student instruction and lab curriculum to enhance collaboration and reduce transit times between venues. The estimated contract value ranges from $100 million to $250 million, with a project duration of 1,000 calendar days, and it is issued as an unrestricted full and open competition. Interested parties can contact Raj Cooper at raj.cooper@usace.army.mil or by phone at 213-452-3168 for further details.