SATCOM Modernization Synopsis
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 has issued a Presolicitation for SATCOM Modernization at Keesler Air Force Base, MS. This effort aims to replace two end-of-life Ground Multi-Band Terminal (GMT) and Quad-band Large Aperture Antenna (QLAA) training assets with modern, efficient, and sustainable systems. This is a 100% Total Small Business Set-Aside. The solicitation is anticipated to be posted on www.sam.gov on or about February 26, 2026.
Purpose & Scope
The primary objective is to sustain apprentice-level training missions by acquiring two complete, turn-key, and fully operational deployable dual-hub SATCOM terminal systems. These systems will replace existing assets that are beyond their service life, leading to frequent downtime and high maintenance costs.
Key Requirements & Deliverables
The requirement includes:
- Two (2) complete Dual-Hub SATCOM Terminal Systems: Must support C, X, Ku, and Ka-band frequencies, operate across two independent communication links simultaneously, and feature a modular feed boom design for tool-less band swapping.
- Deployability: Systems must be deployable by a two-person crew, including setup, satellite acquisition, and teardown.
- Remote Command and Control: Via two contractor-provided ruggedized laptops with intuitive GUIs per terminal.
- Automated Satellite Acquisition: With motorized drives.
- Low-power amplifier configuration for SATSIM operations.
- Containerization: All components must be in ruggedized, transportable transit cases.
- Integration: 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 Integration: Turn-key setup and integration services at Keesler AFB.
- Documentation: Comprehensive technical documentation, including user/technical manuals, schematics, and maintenance guides.
- Training: A one-time "Train-the-Trainer" program for up to 12 government personnel.
Contract Details
- Opportunity Type: Presolicitation (intent to issue a solicitation)
- Anticipated Contract Type: Firm-Fixed Price Requirements Contract.
- Set-Aside: 100% Total Small Business Set-Aside (FAR 19.5).
- NAICS Code: 334220 (Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing), with a small business size standard of 1,250 employees.
- Place of Performance: 809 Hercules St (Bldg 6902, Jones Hall), Keesler AFB, 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 & Evaluation
- Solicitation Posting: The official solicitation will be posted on www.sam.gov on or about February 26, 2026.
- Procedures: Simplified Acquisition Procedures under FAR 13.5 will be used.
- 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 postings, changes, amendments, and closing dates.
- Questions: Proposal questions will only be accepted in writing via email after the solicitation is posted. Answers will be posted for all interested parties.
Contact Information
For questions, contact Zachary Willard at zachary.willard.1@us.af.mil or (228) 377-1804.