EXTENSION OF SERVICES FOR FLTSAT and UFO On Orbit Engineering Services (OOES)
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 the Air Force (USSF SPOC/SAIO) has issued a Justification & Approval (J&A) for an extension of services for FLTSAT and UFO On Orbit Engineering Services (OOES). This J&A justifies a sole-source award to QWALTEC to ensure the continuation of mission-critical Satellite Communication (SATCOM) services due to ongoing military conflicts and transition challenges. While this specific action is sole-source, the follow-on requirement will be competed as a Small Business Set-Aside on the GSA OASIS+ Small Business Pool.
Scope of Work
This extension covers the continuation of essential SATCOM services, including Telemetry, Tracking, & Command (TT&C) operations via the Space-to-Ground Link System (SGLS) and Extremely High Frequency (EHF) antennas. These services are critical for supporting the FLTSAT, UFO, and MUOS communication satellites.
Contract & Timeline
- Type: Cost-Plus-Fixed-Fee (CPFF) standalone contract award.
- Period of Performance: August 1, 2026 – July 31, 2027.
- Set-Aside: Not applicable for this sole-source justification. However, the follow-on requirement will be a Small Business Set-Aside on GSA OASIS+ Small Business Pool.
- Statutory Authority: 10 U.S.C. 3204(a)(2) – "Unusual and compelling urgency."
- Published: May 13, 2026.
Evaluation
This is a sole-source justification, so standard evaluation criteria for competitive bids are not applicable. Fair and reasonable cost will be determined based on prior contract pricing and FAR 15.404-1(b)(2)(ii).
Additional Notes
The urgency is attributed to government shutdowns and issues transferring work from the Navy to the USSF, which led to an incomplete requirements package and the need for a 30-60 day phase-in period. Market research indicated no other contract vehicles could facilitate a competitive acquisition within the required timeframe. The J&A will be posted within 14 days after the award. The follow-on requirement is being developed for competition on the GSA OASIS+ SB IDIQ contract vehicle.