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 is issuing a Presolicitation for SATCOM Modernization to replace end-of-life training assets at Keesler Air Force Base, MS. This is a 100% Small Business Set-Aside for the procurement of deployable dual-hub SATCOM terminal systems. The solicitation is anticipated to be posted on www.sam.gov on or about February 26, 2026.
Purpose and Scope
This opportunity aims to replace two end-of-life Ground Multi-Band Terminal (GMT) and Quad-band Large Aperture Antenna (QLAA) training assets. The objective is to acquire modern, efficient, and sustainable systems to support apprentice-level training missions, improve cost-effectiveness, and ensure uninterrupted training. The scope involves the delivery of two complete, turn-key, and fully operational deployable dual-hub SATCOM terminal systems, including all necessary hardware, software, integration, documentation, and training.
Key Requirements
The required SATCOM terminal systems must:
- Be Dual-Hub and support C, X, Ku, and Ka-band frequencies.
- Operate across two independent communication links simultaneously.
- Feature a modular feed boom design for tool-less band swapping.
- Be deployable by a two-person crew (setup, satellite acquisition, teardown).
- Include remote Command and Control via two contractor-provided ruggedized laptops per terminal.
- Offer automated satellite acquisition with motorized drives.
- Incorporate a low-power amplifier configuration for SATSIM operations.
- Be containerized in ruggedized, transportable transit cases.
- Allow seamless integration with existing infrastructure and training curriculum.
- Include on-site integration services.
- Provide comprehensive technical documentation (user/technical manuals, schematics, maintenance guides).
- Include a one-time "Train-the-Trainer" program for up to 12 government personnel.
Contract Details
- Type: Anticipated Firm-Fixed Price Requirements Contract.
- Set-Aside: 100% Small Business Set-Aside (FAR 19.5).
- NAICS Code: 334220 (Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing).
- Small Business Size Standard: 1,250 employees.
- Procedures: Simplified Acquisition Procedures under FAR 13.5.
Place and Period of Performance
- Place of Performance (Delivery): 809 Hercules St (Bldg 6902, Jones Hall), KAFB, MS 39534.
- Period of Performance: Delivery, set-up, training, and integration activities are to be completed between 180 and 225 days after contract award.
Submission & Response Information
- Anticipated Solicitation Posting: On or about February 26, 2026, on www.sam.gov.
- Submission: Offerors must download the solicitation from www.sam.gov. No paper copies will be available.
- Registration: Prospective offerors must be registered in the System for Award Management (SAM) prior to award.
- Monitoring: Offerors are responsible for monitoring www.sam.gov for all updates, amendments, and closing dates.
- Questions: Questions will only be accepted after the solicitation is posted and must be submitted in writing via email. Answers will be posted for all interested parties.
- Contact: Zachary Willard, zachary.willard.1@us.af.mil, (228) 377-1804.