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 soliciting proposals for SATCOM Modernization to replace end-of-life training assets at Keesler Air Force Base, MS. This 100% Women-Owned Small Business (WOSB) Set-Aside opportunity requires the delivery of two complete, turn-key, dual-hub SATCOM terminal systems. Proposals are due April 6, 2026, at 02:00 PM.
Scope of Work
This solicitation seeks to procure two modern, efficient, and sustainable deployable dual-hub SATCOM terminal systems to sustain apprentice-level training missions. Key requirements include:
- Two (2) complete 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 & Control: Systems must be deployable by a two-person crew, include remote Command and Control via contractor-provided ruggedized laptops, and feature automated satellite acquisition.
- Technical Specifications: Amplifiers must be capable of 1-10 watts for SATSIM operations (no WGS certification required). All components must be containerized in ruggedized, transportable transit cases (max 112 lbs per case for two-person lift).
- Integration & Training: Seamless integration with existing infrastructure and training curriculum (BPSK, QPSK, MIL-STD-188-165A, EIA-530, iDirect scenarios). Hubs and modems will be contractor-provided and must be compatible with the Government's existing iDirect hub infrastructure. The contract also requires on-site integration, comprehensive technical documentation, and a one-time "Train-the-Trainer" program for up to 12 government personnel.
Contract Details
- Type: Firm Fixed Price
- Set-Aside: 100% Women-Owned Small Business (WOSB)
- NAICS: 334220 (Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing), Size Standard: 1250 employees
- Place of Performance: 809 Hercules St (Bldg 6902, Jones Hall), KAFB, MS 39534
- Period of Performance: Delivery, set-up, training, and integration within 180-225 days after contract award, with delivery by September 30, 2026.
Submission & Evaluation
- Offer Due Date: April 6, 2026, 02:00 PM (No extension).
- Evaluation: Lowest Price Technically Acceptable (LPTA).
- Submission: Electronically via email to Zachary Willard (zachary.willard.1@us.af.mil) and Kimberley L. Alvarez (kimberley.l.alvarez.1@us.af.mil). A completed and signed SF1449 form is required.
- Contact: Zachary Willard (zachary.willard.1@us.af.mil, 2283770510).
Additional Notes
Funds are not presently available for this contract, and the Government reserves the right to cancel this solicitation. Registration in SAM is required prior to award.