ALASKAN SATELLITE SPACE SEGMENT
ID: 693KA8-25-R-00006Type: Solicitation
Overview

Buyer

TRANSPORTATION, DEPARTMENT OFFEDERAL AVIATION ADMINISTRATION693KA8 SYSTEM OPERATIONS CONTRACTSWASHINGTON, DC, 20591, USA

NAICS

Satellite Telecommunications (517410)

PSC

IT AND TELECOM - NETWORK: SATELLITE AND RF COMMUNICATIONS PRODUCTS (HW, PERPETUAL LICENSE SOFTWARE) (7G22)
Timeline
    Description

    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is soliciting proposals for the Alaskan Satellite Space Segment under Solicitation SIR # 693KA8-25-R-00006. The procurement aims to provide satellite transponder services to support the Alaskan Satellite Telecommunications Infrastructure (ASTI), which is crucial for maintaining inter-facility communications for air traffic control operations across remote locations in Alaska and extending to additional sites in the continental United States and Russia. This initiative underscores the importance of reliable satellite communication capabilities in enhancing aviation safety and operational efficiency in challenging environments. Interested offerors must submit their proposals electronically by February 4, 2025, and can direct inquiries to Michael Tekle at michael.e.tekle@faa.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a series of federal Contract Line Item Numbers (CLINs) related to satellite transponder services for Alaska over multiple contractual periods. It includes specifications for various types of transponders (full and one-quarter C-band, KU-band) across options extending over ten years. Each entry denotes specific clauses regarding reporting obligations, including a Monthly Activity Report (CDRL-MAR-03) that must be submitted regularly. The pricing structure mainly lists a monthly recurring charge (MRC) for each item, with total amounts consistently recorded as zero, indicating either placeholders or pending final pricing. The file reflects an organized framework for the federal procurement process focused on satellite communication capabilities crucial for Alaska, underscoring the government's strategic investments in telecommunications infrastructure. The detailed structure of options and reports suggests ongoing oversight and responsiveness to changing needs, aligning with standard procedures for federal RFPs and contracts.
    The Monthly Activity Report (MAR-03) for the Alaskan Satellite Space Segment, identified by SIR # 693KA8-25-R-00006, serves to outline operational highlights for each month, facilitate communications between the contractor and the FAA, and document any changes to the Satellite Modelling Data or Satellite Space Segment Plan. Prepared by the Contractor, the MAR must include minutes from the previous month’s teleconference, scheduling details for upcoming reviews, vendor inquiries, FAA concerns, operational highlights, and any updates relevant to the satellite operations. The report is submitted electronically by email to designated officials at the beginning of each month in specified formats (MS Office 365 or PDF). This structured reporting process aims to ensure efficient oversight and responsive collaboration within the program's operational framework, under the guidance of the FAA Telecommunications Engineering Team.
    The Alaskan Satellite Space Segment document outlines the requirements for providing Satellite Modeling Data (SMD) as part of a federal contract (SIR # 693KA8-25-R-00006). The contractor must submit comprehensive satellite characteristic documentation, including orbital locations, ephemeris data, transponder frequency plans, and detailed technical parameters for both primary and redundant configurations of each satellite. Relevant data elements include official satellite names, transmit power characteristics, gain patterns, and adjustments due to measurement biases. The submission must adhere to specific formatting instructions, with delivery expected electronically within five days after contract award. This initiative emphasizes the importance of precise satellite data for the Federal Aviation Administration (FAA), specifically intended to support telecommunications and engineering functions related to satellite operations in Alaska.
    The Alaskan Satellite Space Segment Plan (SSSP) outlines the requirements for contractors to detail their management strategies for satellite operations, restoration procedures, escalation methods, and technical support related to federal telecommunications. The document mandates that contractors submit their SSSP via email in specified formats, ensuring that it is received within 30 days after contract award. Critical components to be addressed in the SSSP include a comprehensive management approach for monitoring satellite performance, an escalation plan for problem resolution that includes updated contact information, and a restoration procedure for outages that guarantees communication with the FAA regarding status updates. Additionally, the plan must outline technical support capabilities, ensuring 24/7 availability for troubleshooting. The SSSP serves as a guide for contractors to develop a structured and responsive approach to satellite telecommunications, emphasizing accountability and operational efficiency in governmental contracts.
    The Alaskan Satellite Space Segment document outlines pricing and contractual details for a proposed telecommunications project under SIR # 693KA8-25-R-00006. It details a contract structured for a maximum duration of ten years, including a base period of two years and eight one-year options. The pricing model is a Firm Fixed Price (FFP) format, applicable across various contract years, with prices established for each year, affecting contract execution based on the government fiscal year. Key pricing components include various C-band satellite transponder services, categorized under distinct Contract Line Item Numbers (CLINs), with specifics regarding bandwidth, billing types, quantities, unit prices, and extended amounts. Additionally, the document mentions unpriced optional CLINs for direct costs, capped at $25,000, that can be adjusted unilaterally by the contracting officer. This file aligns with federal procurement practices, targeting the enhancement of satellite communication infrastructure in Alaska, serving the FAA's operational needs while providing robust guidelines for pricing and budget management.
    The Alaskan Satellite Space Segment requirements, outlined in the document SIR #693KA8-25-R-00006, detail the Federal Aviation Administration's (FAA) need for a transponder service to support the Alaskan Satellite Telecommunications Infrastructure (ASTI). The ASTI program is designed to provide reliable inter-facility communications for air traffic control operations across remote locations in Alaska, with connections extending to sites in the continental United States and Russia. The document specifies the responsibilities of both the government and the contractor, including the provision of considerable satellite bandwidth in C-band and Ku-band formats, with flexibility for future adjustments. Key deliverables from the contractor include a Satellite Space Segment Plan, monthly activity reports, and technical support services. Additionally, the contractor is mandated to implement a Tiered Transponder Restoral Plan to address disruptions, complete with precise response times and escalation procedures. Compliance with FAA personnel security requirements is essential, and oversight will involve regular reviews to ensure the operation meets stringent performance standards. This initiative illustrates the government's commitment to enhancing telecommunications necessary for effective air traffic safety in Alaska.
    The Alaskan Satellite Space Segment document outlines guidelines for the packaging and marking of deliverables associated with SIR # 693KA8-25-R-00006. It stipulates that preservation, packing, and packaging must adhere to best commercial practices to ensure items arrive undamaged. Additionally, all deliverables should be marked with essential information, such as the Federal Aviation Administration (FAA) contract number, the contractor’s name, a list of contents, specific delivery requirements from the Statement of Work (SOW), and the recipient's details. The document also allows for electronic delivery, emphasizing the prohibition of sending classified or sensitive information via unencrypted email. This structured approach aims to maintain compliance and ensure the effective transfer of materials in government contracts, highlighting the critical procedures necessary for secure communications and delivery handling in federal projects.
    The Alaskan Satellite Space Segment-related document outlines the inspection and acceptance protocols associated with the contract SIR # 693KA8-25-R-00006. It incorporates various clauses, including contractor inspection requirements and the assignment of a Quality Reliability Officer (QRO). The document emphasizes that all deliverables are subject to review by the Contracting Officer (CO), who holds the authority for final acceptance. Deliverables submitted for approval must be accurate and complete, and any deficiencies identified must be reported within ten days along with corrective action recommendations. Moreover, contractors are prohibited from implementing unapproved plans. This structure ensures a robust oversight process over the quality and compliance of services and products delivered under federal programs, reinforcing government accountability and standard adherence.
    The Alaskan Satellite Space Segment seeks to establish a contract under SIR # 693KA8-25-R-00006, outlining deliverables, performance schedules, and place of execution. The contract allows for a maximum of ten years, consisting of a base period of two years plus eight optional annual extensions. Performance will occur primarily in Seattle, Russia, and various Alaskan sites. Key documentation and deliverables, such as Satellite Space Segment Plans and Monthly Activity Reports, are specified with critical milestones tied to contract performance. The contractor is required to provide detailed cost proposals for work initiated through Delivery Orders (DO) or Task Orders (TO), which delineate services and funding arrangements. Moreover, the document emphasizes adherence to FAA security protocols for deliveries and mandates notification procedures for any anticipated delivery delays. Overall, the contract aims to ensure structured and secure management of satellite operations while adhering to FAA regulations. This encompasses both performance timelines and the responsibilities of the contractor in relation to documentation and security inspections.
    The Alaskan Satellite Space Segment document outlines contract administration data for SIR # 693KA8-25-R-00006, managed by the Federal Aviation Administration (FAA). The key points include the identification of the contracting officer, Michael E. Tekle, and roles such as the contractor's project manager and program manager, which are to be determined at award. The document emphasizes the CO’s authority and responsibility, clarifying that only the CO can modify the contract's terms and scope. Responsibilities of the Contracting Officer’s Representative (COR) are detailed, along with the procedure for technical direction and communication between the contractor and FAA representatives. Contractors must notify the CO if they receive directives that appear outside the contract's scope. Invoicing must comply with the Department of Transportation’s eInvoicing system, with specific requirements detailed for various contract line item numbers (CLINs). This document provides essential guidelines for contract execution, ensuring compliance and proper administration within federal contracting frameworks. It is crucial for maintaining the integrity of contractual relationships and oversight within governmental procurement processes.
    The document outlines the special contract requirements for the Alaskan Satellite Space Segment project (SIR # 693KA8-25-R-00006) under the Federal Aviation Administration (FAA). It details the incorporation of AMS clauses, contract types (indefinite delivery and indefinite quantity), and the necessary contract management and reporting processes. Key provisions include electronic commerce acceptance, disclosure requirements related to lobbying activities, and confidentiality measures regarding sensitive data. The contractor's performance will be evaluated on various metrics, including service quality and timeliness, while contractors are prohibited from conducting personal services for the government. Compliance with federal regulations, including those related to document privacy and data protection, is emphasized. The terms ensure that the contractor maintains accurate records and supports the FAA in litigation if required. Overall, the document serves as a comprehensive guide for contractors to adhere to FAA policies and contract specifications throughout the contract period.
    The Alaskan Satellite Space Segment, identified by SIR # 693KA8-25-R-00006, outlines contract clauses and provisions applicable to government contracts, specifically within the Federal Aviation Administration (FAA). Key topics include various organizational and financial regulations aimed at ensuring compliance, integrity, and ethical conduct in contract performance. The document incorporates numerous clauses regarding conflict of interest, auditing requirements, payment procedures, and contractor obligations related to employee disclosures, subcontracting, and record management. Significant provisions include Clauses on Pricing Adjustments for illegal activities, costs and audits, payment timings and methods, and penalties for nondisclosure of conflicts. This document emphasizes the importance of certified cost data, compliance with small business regulations, and reporting on veteran employment. There are explicit prohibitions on using software from specified entities, maintaining federal records, and ensuring effective subcontract oversight. In essence, this contract serves to provide a structured framework for accountability and acceptable practices within federal contracting processes, highlighting the FAA's exact requirements for contractors engaged in federal contracts, particularly with respect to financial integrity and ethical standards.
    The document pertains to the Alaskan Satellite Space Segment, specifically focusing on Section K: Representations and Certifications from Screening Information Request (SIR) #693KA8-25-R-00006. It outlines various clauses and certifications that bidders must acknowledge and adhere to when submitting offers for contracts with the Federal Aviation Administration (FAA). Key components include prohibitions on conducting restricted business operations, minimum offer acceptance periods, representations concerning affiliates, certifications regarding tax liabilities, and compliance with various federal regulations, such as the use of covered telecommunications equipment. The structured approach ensures transparency and accountability in federal contracting, aiming to uphold standards of integrity and compliance with government mandates. The requirements emphasize proper disclosure of affiliations and certifications regarding business operations to mitigate risks associated with fraud or malfeasance, thereby protecting public funds and maintaining operational security.
    The Federal Aviation Administration (FAA) is soliciting proposals for the Alaskan Satellite Space Segment under Screening Information Request #693KA8-25-R-00006. The purpose is to establish an Indefinite Delivery/Indefinite Quantity contract to provide required services, supplies, and equipment as detailed in the accompanying Statement of Work. The acquisition follows full and open competition guidelines, with strict adherence to submission instructions outlined in Section L. Proposal submissions must include four distinct volumes: Technical Volume, Past Performance, Price Proposal, and Miscellaneous Documentation, each with specific formatting and content requirements. Offerors are instructed to provide clear, concise proposals addressing all SIR requirements, including supporting rationale and substantiation. The FAA emphasizes the need for proposals to be compliant, stating that any deviations or exceptions may lead to disqualification. The document establishes clear protocols for communication, questions, and protests, underscoring the FAA's role as the sole point of contact. Notably, proposals are to be submitted electronically by January 21, 2025, ensuring timely evaluation and potential contract award. This effort reflects the FAA's commitment to enhancing satellite telecommunications and ensuring robust operations in Alaskan airspace.
    The document outlines the evaluation factors for awarding a contract related to the Alaskan Satellite Space Segment (SIR # 693KA8-25-R-00006) with emphasis on a best-value trade-off approach. It details the structure of evaluations, including compliance reviews, determination of offeror responsibility, and the assessment of technical proposals, past performance, and price factors. The evaluation criteria prioritize the technical proposal, assessing compliance with specific technical specifications and management approach. Past performance is rated as acceptable or unacceptable and must demonstrate relevant experience in similar contracts. Price evaluations include reviewing total evaluated price for reasonableness and completeness. Key communication guidelines between the Federal Aviation Administration (FAA) and offerors are provided, indicating that the FAA may communicate with any of the offerors as necessary during the evaluation process. Proposals deemed non-compliant or lacking detail may be excluded from consideration. The FAA reserves the right to reject any proposals providing exceptions or deviations to the terms of the solicitation. This systematic evaluation aims to ensure that the selected offeror provides the best value based on a comprehensive assessment of technical merits, past performance, and price.
    The document is an amendment to the Solicitation for the Alaskan Satellite Space Segment, specifically SIR # 693KA8-25-R-00006 Amendment 0001. It introduces modifications including an extension of the proposal submission deadline to February 4, 2025, and updates to various sections and appendices related to proposal requirements. Key changes involve adjustments to the proposal submission instructions, including formatting and content requirements, as well as revisions in technical specifications and evaluation criteria. Offerors are required to acknowledge receipt of the amendment and submit proposals electronically, ensuring compliance with updated guidance on documentation and pricing narratives. Furthermore, the document outlines the process for addressing questions from offerors and provides government responses to inquiries concerning existing contracts and technical requirements. This amendment emphasizes adherence to guidelines set forth in the FAA's Acquisition Management System (AMS), reinforcing the importance of complete and compliant submissions. The overall objective is to facilitate the procurement of satellite communication services for Alaska, ensuring that proposals meet stringent federal contracting standards.
    The Alaskan Satellite Space Segment (SIR # 693KA8-25-R-00006) document provides detailed information on satellite communication assets operated by the ASTI, focusing on various satellite sites throughout Alaska. It categorizes antenna types by size and manufacturer, detailing their specifications such as diameter, polarization, and number of ports. Current site locations are listed along with associated FAA Lids and hub relationships, indicating dual satellite access availability. The document features site-specific data including geographic coordinates, antenna sizes, and infrastructure characteristics such as radomes. This information is essential for potential vendors responding to federal RFPs and grants, outlining the requirements and specifications of the satellite operations in Alaska. The document serves as a critical resource in the context of ensuring reliable telecommunications in remote areas, guiding proposals aimed at enhancing federal satellite communication capabilities.
    The Alaskan Satellite Space Segment Technical Specification outlines the technical and performance requirements for the procurement of a new satellite communication system to replace the Federal Aviation Administration's (FAA) existing Alaskan Satellite Telecommunications Infrastructure (ASTI). The specifications detail both C Band and Ku Band operational requirements, emphasizing the need for robust satellite performance under stringent conditions, including geostationary spacing, reliable downlink beam parameters, and minimum interference levels. Key requirements include maintaining proper satellite alignment, providing adequate bandwidth through dual satellites (Primary and Alternate), upholding transmission integrity across a range of modulation schemes, and ensuring co-channel interference is minimized. Additionally, the specification mandates backup systems to continue service during transponder failures without requiring changes in antenna polarity. The document reflects the government's focus on maintaining communication reliability in Alaska, highlighting the careful coordination necessary with satellite operators to meet the FAA's operational needs. The specifications also stress compliance with industry standards and cooperative engagement throughout the implementation process. This procurement is essential for supporting aviation and federal operations across Alaska and ensuring seamless communication capabilities amidst the challenges present in remote locations.
    The Alaskan Satellite Space Segment SIR # 693KA8-25-R-00006 document outlines the Past Performance Questionnaire for contractors involved in government contracts. It includes sections for contractors to provide information regarding their contract, such as the contractor's name, contract title, period of performance, contract type, and value. The questionnaire consists of performance elements assessed across various criteria, such as quality of service delivery, timeliness, cost control, program management, and customer relationships. For each performance element, references rate the contractor's performance on a scale ranging from exceptional to unsatisfactory, with explanations required for lower ratings. Furthermore, assessors are asked if they would be willing to work with the contractor again, providing a space for additional comments. This document serves as a tool for evaluating contractor performance and is essential in the context of government RFPs and grants, ensuring accountability and effective management of federal and state contracts.
    The document outlined is a solicitation for bids under federal government procurement procedures, specifically for a contract identified as No. AAQ320-AFN, pertaining to ATC Communications managed by the FAA National Headquarters. It includes details regarding the submission of offers, along with the critical components such as solicitation type, contact information for the issuing authority, acknowledgment of amendments by offerors, and specifics about proposal evaluations. The document highlights strict compliance requirements, emphasizing that late submissions will not be accepted and that offers must meet provided terms, conditions, and specifications. Essential sections include the schedule of supplies or services, pricing details, and contractual clauses. The solicitation indicates that the official offer date is set for January 21, 2025, allowing up to 200 calendar days for acceptance. This framework ensures a competitive procurement process that adheres to federal regulations, reflecting the government's commitment to transparency and fairness in contracting.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    FAA DVT Sustainment Program
    Buyer not available
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking contractors for the FAA DVT Sustainment Program, which focuses on the long-term support and modernization of Distance Measuring Equipment (DME), Very High Frequency Omnidirectional Radio Range (VOR), and Tactical Air Navigation (TACAN) systems. The procurement aims to ensure the operational resilience of these critical navigation systems, which are essential for aviation safety, particularly as many of these systems are over 30 years old. Contractors will be required to provide comprehensive program management, systems engineering, quality assurance, and training programs, with a contract duration of up to 20 years and a minimum guaranteed work order of $100,000. Interested parties can contact Richard J. Simons at richard.j.simons@faa.gov or Michael Jones at Michael.E.Jones01@faa.gov for further details.
    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.
    Silvus Radio Equipment Procurement
    Buyer not available
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking qualified contractors for the procurement and installation of Silvus Prism radio systems to enhance communications for the U.S. Customs and Border Protection (CBP). The project involves installing these radio systems across seven designated locations, including Miami, Tucson, Naco, Nogales, El Paso, and Yuma, with the contractor responsible for all labor and materials, including a goTenna Edge Relay, solar panel, waterproof enclosure, and associated antennas, while ensuring functionality through rigorous testing. This initiative is crucial for improving Integrated Logistics Support (ILS) for CBP's Air and Marine Operations, emphasizing adherence to DHS policies and coordination for any location changes. Interested parties should contact Jason Perry at jason.m.perry@faa.gov for further details regarding this Sources Sought notice.
    Aviation Research BAA 2025
    Buyer not available
    The Department of Transportation, through the Federal Aviation Administration (FAA), is issuing a Broad Agency Announcement (BAA) titled "Aviation Research BAA 2025," inviting proposals for research aimed at addressing challenges in air transportation and enhancing safety and efficiency within the aerospace system. This BAA, numbered 692M15-25-R-00004, will be open for submissions from December 5, 2024, until December 4, 2034, and seeks to engage industry, academia, and various organizations in research areas such as fire safety, airport technology, and advanced control systems. The FAA emphasizes the importance of collaboration with educational institutions and small businesses to foster innovation in aviation technology, with funding expectations of up to $200,000 annually per project. Interested parties can reach out to primary contact Karen Thorngren at Karen.C.Thorngren@faa.gov or secondary contact Christine Kranz at Christine.Kranz@faa.gov for further information.
    SOLICITATION: Overhaul and repair of Rotary Couplers
    Buyer not available
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is soliciting proposals for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract focused on the overhaul and repair of FAA-owned rotary couplers. Contractors are required to provide labor, materials, and technical expertise to refurbish these couplers to meet Original Equipment Manufacturer (OEM) standards, ensuring compliance with established quality and safety protocols. This refurbishment is crucial for maintaining the operational integrity of radar systems used in air traffic control, thereby supporting the reliability of the National Airspace System. Interested parties must submit their proposals by March 31, 2025, and can direct inquiries to Connie Houpt at connie.m.houpt@faa.gov for further information.
    RFQ: NALLA/ALLA requirement to start a 10.709GB (OTU-2) commercial lease within Europe.
    Buyer not available
    The Department of Defense, through the Defense Information Systems Agency (DISA), is seeking proposals for a commercial lease under the NALLA/ALLA requirement to establish a 10.709GB (OTU-2) service within Europe. This procurement aims to secure wired telecommunications services, specifically focusing on satellite communications and telecom access, which are critical for supporting military operations and communications infrastructure. Interested vendors should note that the primary point of contact for this opportunity is Gretchen Figgins, who can be reached at gretchen.l.figgins.civ@mail.mil, with Chad DeVries as the secondary contact at chad.w.devries.civ@mail.mil. Further details regarding submission deadlines and evaluation criteria will be provided in the solicitation documents.
    Proliferated Warfighter Space Architecture (PWSA) Tranche 3 Transport Layer (T3TL) Upsilon DRAFT Solicitation
    Buyer not available
    The Department of Defense, through the Space Development Agency (SDA), is preparing to issue a draft solicitation for the Proliferated Warfighter Space Architecture (PWSA) Tranche 3 Transport Layer Upsilon (T3TLυ) project, which involves the development of a satellite constellation comprising 40 small Space Vehicles (SVs) for enhanced tactical communications. The procurement aims to establish partnerships with U.S. space industry teams to design, develop, and operate these satellites, ensuring interoperability and advanced communication capabilities across various systems. This initiative is critical for advancing national defense through innovative space technologies, with a total contract value of $15 million and key deadlines including proposal submissions due by April 28, 2025, and anticipated awards by July 31, 2025. Interested vendors can direct inquiries to Angelita M. Lawrence at angelita.m.lawrence.ctr@mail.mil for further information.
    Request for Information: Air Transportation Services – Anchorage, Tyonek, Beluga, Alexander Creek, Alaska
    Buyer not available
    The United States Postal Service (USPS) is seeking suppliers to provide air transportation services for routes connecting Anchorage, Tyonek, Beluga, and Alexander Creek in Alaska. The procurement aims to secure these services for a duration of 4 to 8 years, starting in Summer 2025, under an indefinite delivery/indefinite quantity (IDIQ) contract with a focus on fixed unit pricing. This initiative is crucial for ensuring efficient mail delivery in remote Alaskan regions, adhering to regulatory standards, and accommodating the transportation of hazardous materials. Interested suppliers must submit their capabilities, fleet details, and relevant certifications by March 14, 2025, and can contact Doug Brewer at Douglas.E.Brewer@usps.gov or 407-867-0561 for further information.
    Military Satellite Communications (MILSATCOM) Satellite Operations and International Partners Support (SATOPS) II
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking sources for the Military Satellite Communications (MILSATCOM) Satellite Operations and International Partners Support (SATOPS) II contract. This procurement aims to provide non-personal services to support the Combat Forces Command, Space Delta 8, focusing on various tasks such as terminal and modem certification, international agreements support, and project management. The contractor will play a crucial role in ensuring operational effectiveness and compliance with military standards while facilitating collaboration with U.S. military and international partners. Interested parties can reach out to Haley Hogue at haley.hogue.1@spaceforce.mil for further information regarding this opportunity.
    Dual Secondary Surveillance Radar Receiver
    Buyer not available
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking sources for the procurement of a Dual Secondary Surveillance Radar Receiver. This opportunity aims to identify qualified vendors capable of supplying radar equipment that is crucial for air traffic management and safety operations. The radar system will play a vital role in enhancing surveillance capabilities within the aviation sector. Interested parties should reach out to Haylee Hildebrand at haylee.p.hildebrand@faa.gov for further details regarding this sources sought notice, which is categorized under NAICS code 334511 and PSC code 5840, with performance expected in Oklahoma City, Oklahoma.