BRAND NAME Starlink Roam-Unlimited Satellite Internet Service and Starlink Mini Equipment Packages with Ancillary supplies
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of Transportation's Federal Highway Administration (FHWA) Western Federal Lands Division (WFLHD) has issued a Total Small Business Set-Aside Request for Quotation (RFQ) for BRAND NAME Starlink Local Priority 500GB Satellite Internet Service and Starlink Mini Equipment Packages with ancillary supplies. This Firm Fixed Price (FFP) opportunity aims to provide critical communication capabilities for staff in remote field locations. Proposals are due January 29, 2026.
Scope of Work
WFLHD requires 45 individual Starlink Local Priority - 500GB Satellite Internet Service subscriptions, each providing 500GB of data per month (totaling 22,500 GB/month). This service is essential for secure and consistent communication, real-time tracking, personnel safety, and efficient reporting in remote areas across WA, OR, ID, MT, WY, and AK where cellular/internet coverage is limited.
The requirement also includes Starlink Mini Equipment Packages, which comprise the Starlink Mini Electronic Phased Array reception antenna, a 15M DC power cord (integrated into the equipment package), a 10ft 12-24V 6.3A car adapter, and a Starlink Electronic Phased Array reception antenna mount. Shipping and handling are also part of the scope.
Contract & Timeline
- Contract Type: Open-Market Firm Fixed Price (FFP) Purchase Order, prepared under FAR Part 12.
- Estimated Value: Up to $484,000.00 if all options are exercised.
- Period of Performance: A base period from March 1, 2026, to February 28, 2027, with four (4) subsequent 12-month option periods, extending the potential contract duration through February 28, 2031.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- NAICS Code: 517410 (Satellite Telecommunications), with a $44.0 million size standard.
- Proposal Due Date: January 29, 2026, at 1400 PT.
- Past Performance Questionnaire Due Date: January 27, 2026, at 4:00pm Pacific Time.
- Expected Award Date: February 10, 2026 (subject to change).
Evaluation
Award will be made to the Lowest-Priced Technically Acceptable (LPTA) offer. Evaluation factors include Price, Technical Compliance, Personnel Qualifications, Relevant Past Experience (minimum 4 years in the last 5, 8-page limit), and Relevant Past Performance (within the last 3 years, 15-page limit). Offerors must also submit Representations and Certifications from SAM.gov.
Key Amendments & Clarifications
Multiple amendments and Q&A documents have been issued. Amendment 0001 revised the service offering from "Roam-Unlimited" to "Local Priority – 500GB". Amendment 0002 clarified CLINs, eliminating a separate CLIN for the 15M DC power cord (now included in the equipment package) and renumbering subsequent CLINs. Amendment 0003 corrected the Period of Performance dates to March 1, 2026, through February 28, 2031. Q&A sessions confirmed the requirement for 45 individual 500GB subscriptions, the non-removal of the small business requirement, and the Past Performance Questionnaire due date.
Submission Requirements
Offers must be submitted electronically via email to WFL.Purchasing@dot.gov in Portable Document Format (PDF). Required documents include a completed SF 1449, a completed Price Schedule (Attachment 0001, latest version), a Technical Quote, Relevant Experience, Relevant Past Performance, and acknowledgement of all amendments.