Small Tactical Terminal (KOR-24A)
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 quotes for a Brand Name L3Harris Small Tactical Terminal (KOR-24A), including associated equipment, software, documentation, and training. This requirement supports the 563d Rescue Group's Angel Tiger program at Nellis Air Force Base, NV. This is a Total Small Business Set-Aside with award based on Lowest Price Technically Acceptable (LPTA). Quotes are due March 12, 2026.
Scope of Work
The procurement requires one (1) L3Harris KOR-24A Small Tactical Terminal, along with VHF/UHF and L-Band antennas, two batteries with charging equipment, cabling, ruggedized carrying cases, a mounting tray with fan, and a power conditioning unit. The solution must include necessary software (SCA v2.2.2 or higher) and licenses, integrated with ADSI and JRE systems. Deliverables also include electronic and hard copies of user, technical, and quick start manuals, as well as operator and maintenance training for 10 personnel at Nellis AFB. A one-year warranty and 24-hour critical technical support response are required.
Technical Requirements
The STT KOR-24A must meet L3Harris product documentation specifications (02/2023, Rev-201 or later) for operating temperature, frequency range (VHF/UHF, Link 16), power output, and cryptographic capabilities (KY-57, AES, HAIPE®). It must comply with MIL-STD-810F and be interoperable with existing Link 16 and VHF/UHF systems (JRE, BATS-D, MIDS/JTRS). Key features include P25 Trunked, MIL-STD-188-220 D, Link16 and VHF/UHF Crypto Modernization Certified, enhanced anti-jam, modular design, Improved Data Modem, and Geodetic Navigation. Security compliance with DOD Directive 8500.01E and DOD Manual 5220.22-M, including data encryption, is mandatory.
Contract Details
- Type: Request for Quotation (RFQ) leading to a Firm-Fixed Price Purchase Order.
- Set-Aside: Total Small Business Set-Aside (NAICS 334220, 1,250 Employees).
- Period of Performance: February 26, 2026, to March 31, 2027.
- Place of Performance: Delivery, initial inspection, on-site testing, and training at the 88th Test and Evaluation Squadron, Nellis AFB, NV.
- Estimated Value: $200,000.00 (from Brand Name J&A).
Evaluation Criteria
Award will be made to the responsible offeror whose quote represents the Lowest Price Technically Acceptable (LPTA). Technical acceptability is defined by the offeror's capability statement meeting the defined products and requirements within the Statement of Work, Specifications, and Brand Name Justification. Past performance will not be evaluated.
Submission & Key Dates
- Questions Due: March 9, 2026, 02:00 PM EST (via email).
- Quotes Due: March 12, 2026, 02:00 PM EST (via email).
- Point of Contact: Judah Morton (judah.morton@us.af.mil, 520-228-6699).
Important Notes
Offerors must review the solicitation for any changes or amendments. Quotes must include, at minimum, those outlined in FAR 52.212-1 and a projected delivery timeline. The solicitation incorporates FAR, DFARS, and DAFFARS clauses, including requirements for Item Unique Identification and Valuation (UIID) and use of Wide Area WorkFlow (WAWF) for payment. A REAL ID will be required for base access at Davis-Monthan AFB starting May 7, 2025.