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) is conducting market research through a Sources Sought notice to identify qualified small and large businesses capable of providing Northstar Network communication services. This network delivers digital voice, video, and data to suitably equipped aircraft users across the Continental United States (CONUS). Responses are due March 13, 2026.
Scope of Work
The Northstar Network provides critical communication services, including digital voice, video, and data, to support Navy E-6B Aircraft operations 24/7/365. Key requirements include:
- Operating and maintaining two Special Government Operation Centers (SGOCs) at Offutt AFB, NE, and Waldorf, MD.
- Managing 21 Ground Entry Points (GEPs) equipped with UHF communications equipment, supporting simultaneous analog and digital communications.
- Enabling aircraft access to Department of Defense (DoD) networks such as EACN, Secret IP Data Service (SIPRNET), and Sensitive but Unclassified IP Data Service (NIPRNET).
- Ensuring 99% system availability, a minimum 768 kbps data rate, and 6 Mb/s network bandwidth.
- Providing 24/7/365 on-call maintenance support with a two-hour response time for operational problems.
- Maintaining 72-hour backup power for all sites.
Contract & Timeline
- Type: Sources Sought / Market Research
- Anticipated Period of Performance: One-year base period with two, one-year option periods, beginning approximately July 2026.
- Anticipated Place of Performance: Offutt AFB, NE, and Waldorf, MD.
- Response Due: March 13, 2026, 5:00 PM ET
- Published: February 24, 2026
- Previous Contract: HC1013-21-C-0006, held by AT&T (large business), acquired sole source, from July 2021 to June 2026.
Special Requirements
- Security: Requires a Top Secret Facility Clearance. All personnel must possess and maintain at least a Secret security clearance.
- Supply Chain Risk Management (SCRM): A SCRM Plan will be required.
- Cybersecurity Maturity Model Certification (CMMC): Compliance level to be determined at time of award.
Submission & Evaluation
This is for informational purposes only; it is not a Request for Proposal. Interested businesses should submit a brief capabilities statement package (no more than five pages) addressing specific questions outlined in the "Required Capabilities" section of the Sources Sought notice. Responses will help DISA determine potential small business set-aside opportunities and overall industry capability.
Eligibility / Set-Aside
- NAICS Code: 517111 (size standard of 1,500 employees).
- DISA will determine the small business set-aside based on responses demonstrating capability and adherence to FAR clause 52.219-14. Information on joint ventures or partnering for small business participation is requested.
Contact Information
- Primary Point of Contact: Kelly Smith-Marston (kelly.j.smith-marston.civ@mail.mil, 667-890-9220).