Notice of Intent to Sole-Source Protected Tactical Enterprise Service (PTES) Protected Tactical Waveform (PTW) over Protected Tactical SATCOM-Global (PTS-G) Joint Hubs (NON-VARIANT)
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 U.S. Space Force, Space Systems Command (SSC), on behalf of the Military Communications and Positioning, Navigation, and Timing Program Executive Office, has issued a Notice of Intent to Award a Sole Source Contract to The Boeing Company. This modification is for the Protected Tactical Enterprise Service (PTES) Protected Tactical Waveform (PTW) over Protected Tactical SATCOM-Global (PTS-G) Joint Hubs (NON-VARIANT). Interested parties may submit capability statements by March 27, 2026, at 1300 Pacific Time.
Scope of Work
This is a Firm Fixed Price (FFP) modification to an existing contract (FA880819C0001) with The Boeing Company. The scope involves the delivery and installation of 8 Joint Hubs to PTS-G. The Government has determined that the PTS-G program no longer requires a unique PTES Joint Hub Variant (JHV), and Boeing's current PTES JH configuration will meet all requirements.
Contract & Timeline
- Type: Firm Fixed Price (FFP) Sole Source Modification
- Intended Awardee: The Boeing Company (Cage Code 9E831)
- Authority: FAR 6.103-1 (Only One Responsible Source) and 10 USC 3204(a)(1)
- Anticipated Award: October 2026
- Capability Statement Due: March 27, 2026, 1300 Pacific Time
- Published: March 3, 2026
Justification & Market Research
Market research, including a Sources Sought Request for Information (RFI) posted on March 21, 2025, led to the determination that awarding to any other source would result in substantial duplication of cost not expected to be recovered through competition and unacceptable delays in fulfilling agency requirements. This justification aligns with 10 U.S.C. § 2304(d)(1)(B), as implemented by FAR 6.103-1(c)(2)(ii).
Response Requirements
This is not a request for competitive proposals, and no solicitation document will be issued. However, responsible sources may submit a capability statement including:
- Business demographic information (FAR Part 9).
- Specific exception to the sole-source intent.
- Technical data demonstrating capability to perform the work.
- Past performance information on similar projects.
Statements must provide clear evidence to substantiate the ability to provide the required services without substantial cost duplication or unacceptable delays. Submissions that only ask questions will not be considered an affirmative response. The Government retains discretion regarding full and open competition. Information received will not be paid for.