Northstar Network. Communication services consist of digital voice, video, and data provided to suitably equipped aircraft users with coverage throughout the Continental United States.
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 Defense Information Systems Agency (DISA) intends to negotiate a sole-source contract with AT&T for Northstar Network communication services. These services provide digital voice, video, and data to suitably equipped aircraft users throughout the Continental United States (CONUS). A Justification & Approval (J&A) document will be posted upon approval.
Purpose & Scope
The requirement is for continuous 24/7/365 communication services, supporting Navy E-6B Aircraft operations. The Northstar Network's current configuration includes Ground Entry Points (GEPs) controlled by Special Government Operation Centers (SGOCs) at Offutt AFB, NE, and Waldorf, MD. Each GEP must support analog and digital communications simultaneously. Aircraft gain access to Department of Defense (DoD) networks such as the Executive Airlift Communications Network (EACN), Secret IP Data Service (SIPRNET), and Sensitive but Unclassified IP Data Service (NIPRNET). Key performance standards include 99% system availability, a minimum 768 kbps data rate, and 6 Mb/s network bandwidth for GEPs/SGOCs.
Contract Details
The incumbent contractor is AT&T (CAGE 1DY28), holding contract number HC1013-21-C-0006, a Firm Fixed Price agreement from July 2021 to June 2026. The previous acquisition was also sole source. The statutory authority for this non-competitive action is 10 USC 3204(a)(1), as implemented by FAR 6.103-1, citing only one responsible source. The anticipated period of performance for the new contract is a one-year base period with two one-year option periods, beginning approximately July 2026. The North American Classification System (NAICS) code is 517111 (size standard of 1,500 employees).
Special Requirements
The contractor must possess a final Top Secret Facility Clearance from the Defense Counterintelligence and Security Agency. All assigned personnel must possess and maintain a security clearance of at least the Secret level. Stringent security and cybersecurity standards are critical for STRATCOM operations. A Supply Chain Risk Management (SCRM) Plan will be required, and Cybersecurity Maturity Model Certification (CMMC) compliance level will be determined at the time of award.
Response Information
This is a Notice of Intent and not a request for quote or proposal. A solicitation will not be posted to SAM.gov. Companies who believe they can provide these services must indicate their interest in writing within 15 days of this notification (by April 29, 2026) and include a detailed capability statement. All responsible sources will be considered in evaluating the determination to issue a sole-source contract. No reimbursement will be provided for capability information.
Contact Information
For inquiries, contact Kelly Smith-Marston at kelly.j.smith-marston.civ@mail.mil or Paige L. Pierson at paige.l.pierson.civ@mail.mil.