SATCOM Modernization

SOL #: FA301026Q0007Solicitation

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
Apr 29, 2026
3
Submission Deadline
May 4, 2026, 5:00 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, specifically the 81st Contracting Squadron (FA3010 81 CONS CC), is soliciting proposals for SATCOM Modernization to replace two end-of-life Ground Multi-Band Terminal (GMT) and Quad-band Large Aperture Antenna (QLAA) training assets at Keesler AFB, MS. This 100% Women-Owned Small Business (WOSB) Set-Aside opportunity seeks modern, efficient, and sustainable deployable dual-hub SATCOM terminal systems. Proposals are due May 4, 2026, at 12:00 PM (noon) CDT.

Scope of Work

This requirement is for the delivery of two complete, turn-key, and fully operational deployable dual-hub SATCOM terminal systems. Each terminal will consist of two independent antennas with independent LNBs, totaling four antennas for the two terminals. The systems must:

  • Support C, X, Ku, and Ka-band frequencies with modular feed booms for tool-less band swapping.
  • Be deployable by a two-person crew, including setup, satellite acquisition, and teardown.
  • Feature remote Command and Control via contractor-provided ruggedized laptops.
  • Include automated satellite acquisition with motorized drives.
  • Operate with low-power amplifiers (1-10 watts) for SATSIM operations.
  • Be fully containerized in ruggedized, transportable transit cases, adhering to a typical 112 lbs per case weight limit for two-person lift.
  • Seamlessly integrate with existing infrastructure (concrete pads, 120/240 VAC power) and training curriculum (supporting BPSK, QPSK, MIL-STD-188-165A, EIA-530, and iDirect scenarios). The system must be compatible with the Government's existing iDirect hub infrastructure, and hubs/modems will be contractor-provided.
  • Include on-site turn-key integration services.
  • Provide comprehensive technical documentation (user/technical manuals, schematics, maintenance guides).
  • Offer a one-time "Train-the-Trainer" program for up to 12 government personnel.

Contract Details

  • Contract Type: Firm Fixed Price.
  • Place of Performance: 809 Hercules St (Bldg 6902, Jones Hall), KAFB, MS 39534.
  • Period of Performance: Delivery, set-up, training, and integration activities to be completed between 180 and 225 days after contract award.
  • Product Service Code (PSC): 7G22 (Hardware And Software For Dedicated Satellite And Rf Communications Equipment).

Set-Aside & Eligibility

  • This is a 100% Women-Owned Small Business (WOSB) Set-Aside.
  • NAICS Code: 334220 (Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing).
  • Small Business Size Standard: 1,250 employees.
  • Prospective offerors must be registered in SAM prior to award.

Submission & Evaluation

  • Proposal Due Date: May 4, 2026, at 12:00 PM (noon) CDT.
  • Evaluation Process: Lowest Price Technically Acceptable (LPTA).
  • Submission: 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.
  • Questions: Answers to vendor questions have been provided in 'Vendor QA 23 Mar 26.pdf' and 'Vendor Question Response 30 Mar 26.pdf'.

Key Dates

  • Published Date: April 28, 2026.
  • Response Due Date: May 4, 2026, at 12:00 PM (noon) CDT.

Contact Information

People

Points of Contact

Files

Files

Download
Download
Download
Download
Download
Download

Versions

Version 8
Solicitation
Posted: Apr 29, 2026
View
Version 7Viewing
Solicitation
Posted: Apr 28, 2026
Version 6
Solicitation
Posted: Apr 28, 2026
View
Version 5
Solicitation
Posted: Mar 30, 2026
View
Version 4
Solicitation
Posted: Mar 23, 2026
View
Version 3
Solicitation
Posted: Feb 26, 2026
View
Version 2
Pre-Solicitation
Posted: Feb 12, 2026
View
Version 1
Pre-Solicitation
Posted: Feb 10, 2026
View