Operational Support Airlift/Executive Airlift Combined Commercial Satellite Communications Services
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.
This primary purpose of this announcement is to provide notice regarding the Governments intent to award a sole source contract for the requirement detailed below. Additionally, this is a combined synopsis/solicitation for commercial products or commercial services prepared in accordance with the format in subpart 12.6, as supplemented with additional information included in this notice. Proposals are not requested at this time as it is a sole source acquisition however any concerns or issues related to the Governments intent may be submitted prior to the closing date/time.
Solicitation FA2541-26-R-B001 is for The Operational Support Airlift/Executive Airlift (OSA/EA) Combined Commercial Satellite Communications (COMSATCOM) Services requirement is for global communications connectivity for United States (U.S.) Senior Leaders on the OSA/EA fleet (VC-25A/B, C-32A, C-40B/C, C-37A/B, and VH-92A as equipped). The OSA/EA supports the President of the United States (POTUS), Vice President, Secretary of Defense, Chairman of the Joint Chiefs of Staff, Combatant Commanders, Secretary of State, Secretary of Homeland Security, Director of National Intelligence, and other National Senior Leaders. The contract will be a two (2) year and seven (7) month contract from April 1, 2026, through October 31, 2028 (seven month base and two one-year options). The North American Industry Classification System (NAICS) code for this requirement is 517410 with a small business size standard for $44,000,000.
The J&A will be posted IAW FAR 6.305 separately.