Integrated Survivable Private 5G system with Local Edge, Hybrid Cloud, and SATCOM Connectivity
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 Army, specifically W6QM MICC-FDO FT HOOD, has issued a Pre-Solicitation Notice for an Integrated Survivable Private 5G system with Local Edge, Hybrid Cloud, and SATCOM Connectivity at Fort Hood, TX. This notice informs industry of an upcoming requirement to lease equipment for 90 days to determine network interoperability and drive future decision points. This acquisition is a Total Small Business Set-Aside.
Scope of Work
The Government requires the leasing of equipment that meets specific salient characteristics for a 90-day period. The system must be a secure, survivable integrated private 5G, local edge, hybrid cloud, and SATCOM connectivity solution. Key features include High-Altitude Electromagnetic Pulse (HEMP) hardening, Micro-Data Center (MDC) capabilities for edge computing, an integrated 5G/Private Network Core, robust physical and cyber security with Zero Trust Architecture (ZTA), and resilient power management.
Key Procurement Characteristics
- EMP Survivability: Ensures "Day Zero" communication in nuclear or electronic warfare environments.
- Edge Intelligence: Reduces bandwidth dependency by processing data at the point of need.
- Rapid Deployment: System can be deployed and operational within minutes.
- Autonomous Core: Operates independently of global internet or SATCOM.
Critical Cybersecurity Compliance
The system must align with Army cybersecurity standards, focusing on a transition to a Zero Trust Architecture (ZTA) for "disconnected, intermittent, and limited" (DIL) environments. Key compliance areas include:
- Risk Management Framework (RMF) Alignment: Must meet NIST SP 800-37 and NIST SP 800-53 controls.
- Zero Trust Architecture (ZTA) Compliance: Implements micro-segmentation and continuous authentication.
- FIPS 140-3 Data Encryption: Encrypts data-at-rest and data-in-transit.
- Supply Chain Risk Management (SCRM): Requires Trade Agreements Act (TAA) compliance and a hardened kernel.
- Cybersecurity Survivability Attributes (CSAs): Must include automated detection, reaction, and self-healing capabilities. Compliance standards include AR 25-2, DoD ZT Pillar 1 (Identity), MIL-STD-188-125, and NIST 800-171.
Contract & Timeline
- Type: Pre-Solicitation Notice
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- Place of Performance: Fort Hood, Texas 76544
- Period of Performance: 90 days (for equipment leasing)
- Questions Due: May 1, 2026, 2:00 PM Central Time (UTC-5)
- Answers Provided NLT: May 3, 2026, 2:00 PM Central Time (UTC-5)
- Response Date (Notice): May 7, 2026, 7:00 PM UTC
- Published: April 23, 2026
Additional Notes
All questions must be submitted via email to both the Contract Specialist, Joshua Eash (joshua.s.eash.mil@army.mil), and the Contracting Officer, Tyler Tamberelli (tyler.d.tamberelli.mil@army.mil). The subject line for emails should begin with "Pre-solicitation Notice Response Integrated Survivable Private 5G system with Local Edge, Hybrid Cloud, and SATCOM Connectivity". Please refer to all attachments, especially the Salient Characteristics document, for detailed requirements.