SATCOM Modernization
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, 81 CONS CC, is soliciting proposals for SATCOM Modernization to replace end-of-life Ground Multi-Band Terminal (GMT) and Quad-band Large Aperture Antenna (QLAA) training assets. This acquisition aims to provide modern, efficient, and sustainable SATCOM terminal systems for apprentice-level training. This is a Firm Fixed Price contract, set aside 100% for Women-Owned Small Businesses (WOSB). Proposals are due April 6, 2026, at 02:00 PM.
Scope of Work
The requirement is for the delivery of two complete, turn-key, and fully operational deployable dual-hub SATCOM terminal systems. Key features and deliverables include:
- Support for C, X, Ku, and Ka-band frequencies, operating across two independent communication links simultaneously.
- Modular feed boom design for tool-less band swapping.
- Deployable by a two-person crew (setup, satellite acquisition, and teardown).
- Remote Command and Control via two contractor-provided ruggedized laptops per terminal.
- Automated Satellite Acquisition with motorized drives.
- Low-power amplifier configuration for SATSIM operations.
- All components must be containerized in ruggedized, transportable transit cases.
- Seamless integration with existing infrastructure (concrete pads, 120/240 VAC power) and training curriculum (supporting BPSK, QPSK, MIL-STD-188-165A, EIA-530, and iDirect scenarios).
- On-site turn-key integration services.
- Comprehensive technical documentation (user/technical manuals, schematics, maintenance guides).
- A one-time "Train-the-Trainer" program for up to 12 government personnel.
Contract & Timeline
- Type: Firm Fixed Price
- Set-Aside: 100% Women-Owned Small Business (WOSB)
- NAICS Code: 334220 (Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing)
- Size Standard: 1,250 employees
- Place of Performance: 809 Hercules St (Bldg 6902, Jones Hall), Keesler AFB, MS 39534
- Delivery Date: On or before September 30, 2026.
- Period of Performance (Delivery, Setup, Training): 180 to 225 days after contract award.
- Proposal Due: April 6, 2026, 02:00 PM.
- Questions Due: March 16, 2026, 10:00 AM CDT.
- Published Date: February 26, 2026.
Evaluation & Submission
Award will be based on a Lowest Price Technically Acceptable (LPTA) evaluation. Quotes must be submitted 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.
Additional Notes
Funds are not presently available for this contract, and the Government reserves the right to cancel this solicitation. Prospective offerors must be registered in the System for Award Management (SAM) prior to award.