SATCOM Modernization

SOL #: FA301026Q0007Pre-Solicitation

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
Feb 26, 2026
3
Response Deadline
Feb 26, 2026, 8:00 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 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.

People

Points of Contact

Files

Files

No files attached to this opportunity

Versions

Version 3
Solicitation
Posted: Feb 26, 2026
View
Version 2
Pre-Solicitation
Posted: Feb 12, 2026
View
Version 1Viewing
Pre-Solicitation
Posted: Feb 10, 2026