Protected Tactical Waveform (PTW) Joint Hub Variant Request for Information (RFI)
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 Air Force, specifically FA8807 MIL COMM AND PNT SSC/CGK, has issued a Request for Information (RFI) for a Protected Tactical Waveform (PTW) Joint Hub Variant (JHV). This RFI seeks market research on the expected cost, schedule, and effort required to modify the existing PTWoW PTES Joint Hub design into a common baseline JHV. Responses will inform the Government's procurement strategy. Responses are due by April 30, 2026.
Scope of Work
The JHV will serve as a common baseline Joint Hub for multiple PTW programs, including PTES (PTWoW and PTW-over-Commercial) and Protected Tactical Satellite - Global (PTS-G). It will interface with mPOWER Gateway terminals for MEO SATCOM and Enterprise gateway terminals for GEO satellites, supporting operations over WGS, commercial GEO, and commercial MEO constellations.
The Government is requesting information on:
- Company experience with similar projects, including designing, building, and integrating NSA-certified End Cryptographic Units (ECUs) into JHVs.
- Proposed modifications to existing ECU requirements for efficiency.
- Proposed Government Furnished Property or Information (GFX) list.
- Ability to design, build, and test JHVs utilizing allocated security controls and identify program risks.
- Justification and alternative strategies if Firm-Fixed-Price (FFP) or Indefinite-Delivery, Indefinite-Quantity (IDIQ) contracts are not ideal.
- Technical competency in SATCOM ground systems hardware and software development.
- Ability to satisfy GEO, MEO, cybersecurity, and information assurance requirements, including cost/schedule drivers for all four requirement categories (HUBA, HUBG, HUBM, HUBW).
- Schedule and cost Rough Order of Magnitude (ROM) estimates for developing and producing 36 JHV units (12 HUBG, 12 HUBM, 12 HUBW), with an anticipated contract award in 3Q CY 2027. Cost ROM should include Non-recurring Engineering and Recurring Engineering.
- Proposals for a reduced Size Weight and Power (SWaP) configuration.
Contract & Timeline
- Type: Request for Information (RFI) / Sources Sought
- Set-Aside: None specified (Small businesses and small disadvantaged businesses are highly encouraged to respond)
- NAICS: 517810 (Size Standard: $40,000,000)
- Response Due: April 30, 2026, 2:00 PM Pacific Time
- Published: April 21, 2026
Response Instructions
Responses should be submitted as a white paper (PDF or Microsoft Word) electronically to Scott Lucas (scott.lucas.1@spaceforce.mil), Heather Ayres (heather.ayres@spaceforce.mil), and William Chan (william.chan.5@spaceforce.mil). Formatting requirements include 8.5x11 inch paper, single-spaced, 1-inch margins, 12-point Times New Roman font (10-point for tables). Graphics and pictures are not allowed, but illustrations are permitted. All submissions should be UNCLASSIFIED and non-proprietary to the maximum extent possible; proprietary information must be clearly marked. Questions must be submitted in writing to Scott Lucas.
Additional Notes
This RFI is for information and planning purposes only and does not constitute a solicitation. The Government will not pay for any costs incurred in responding. Submissions may be reviewed by Federally Funded Research and Development Center (FFRDC) and Advisory and Assistance Services (A&AS) contractors.