SATCOM Modernization

SOL #: FA301026Q0007Solicitation

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Air Force
FA3010 81 CONS CC
KEESLER AFB, MS, 39534-2701, United States

Place of Performance

Biloxi, MS

NAICS

Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing (334220)

PSC

Hardware And Software For Dedicated Satellite And Rf (Microwave) Communications Equipment Carrying Data Network Circuits, And Associated Access Facilities. Radio And Tv Signal Generation, Broadcast, And Distribution Components, Handheld 2 Way Radio, And Other Rf Communications Systems. (7G22)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Feb 10, 2026
2
Last Updated
Apr 29, 2026
3
Submission Deadline
May 4, 2026, 5:00 PM

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 is soliciting proposals for SATCOM Modernization, a Total Small Business Set-Aside opportunity. This acquisition aims to replace end-of-life SATCOM training assets at Keesler Air Force Base, Biloxi, MS, with modern, efficient, and sustainable systems to support apprentice-level training missions. Proposals are due May 4, 2026, at 12:00 PM.

Scope of Work

The requirement is for two complete, turn-key, and fully operational deployable dual-hub SATCOM terminal systems. Key deliverables and capabilities include:

  • Two (2) Dual-Hub SATCOM Terminal Systems: Each terminal must support C, X, Ku, and Ka-band frequencies, operate across two independent communication links simultaneously, and feature a modular feed boom for tool-less band swapping. Each dual-hub terminal will consist of two independent antennas with independent LNBs, totaling four antennas for the two terminals.
  • Deployability & Operation: Systems must be deployable by a two-person crew (setup, acquisition, teardown), support remote command and control via contractor-provided ruggedized laptops, and feature automated satellite acquisition.
  • Modem & Amplifier: Must be compatible with existing iDirect hub infrastructure (government-provided). Amplifiers must be capable of 1-10 watts output for SATSIM constraints. Hubs and modems will be contractor-provided. No WGS certification is required.
  • Durability & Integration: All components must be containerized in ruggedized transit cases, integrate with existing infrastructure (concrete pads, 120/240 VAC power), and facilitate distributed employment via a 1000-foot Inter-Facility Link (IFL) cable.
  • Documentation & Training: Comprehensive technical documentation (user/technical manuals, schematics, maintenance guides) and a one-time "Train-the-Trainer" program for up to 12 government personnel.

Contract Details

  • Contract Type: Firm Fixed Price.
  • Product Service Code: 7G22 (Hardware And Software For Dedicated Satellite And Rf (Microwave) Communications Equipment...).
  • NAICS Code: 334220 (Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing) with a 1250-employee size standard.
  • Place of Performance: 809 Hercules St (Bldg 6902, Jones Hall), Keesler AFB, MS 39534.
  • Period of Performance: Delivery, set-up, training, and integration activities to be completed between 180 and 225 days after contract award.

Submission & Evaluation

  • Proposal Due Date: May 4, 2026, at 12:00 PM.
  • Submission Method: Electronically via email to Zachary Willard (zachary.willard.1@us.af.mil) and Kimberley L. Alvarez (kimberley.alvarez.1@us.af.mil). The SF1449 form must be completed and signed.
  • Evaluation Criteria: Lowest price technically acceptable.
  • Registration: Prospective offerors must be registered in the System for Award Management (SAM) prior to award.

Key Amendments & Clarifications

  • Amendment 1 extended the proposal deadline and updated the Statement of Objectives.
  • Amendment 2 incorporated FAR Clause 52.222-90, "Addressing DEI Discrimination by Federal Contractors," which prohibits racially discriminatory DEI activities in connection with contract performance and requires contractors to report noncompliance.
  • Vendor Q&A clarified technical specifications, including terminal configuration (two independent antennas per terminal), iDirect compatibility, amplifier capabilities, and confirmed that hubs and modems are contractor-provided.

People

Points of Contact

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 8Viewing
Solicitation
Posted: Apr 29, 2026
Version 7
Solicitation
Posted: Apr 28, 2026
View
Version 6
Solicitation
Posted: Apr 28, 2026
View
Version 5
Solicitation
Posted: Mar 30, 2026
View
Version 4
Solicitation
Posted: Mar 23, 2026
View
Version 3
Solicitation
Posted: Feb 26, 2026
View
Version 2
Pre-Solicitation
Posted: Feb 12, 2026
View
Version 1
Pre-Solicitation
Posted: Feb 10, 2026
View
SATCOM Modernization | GovScope