Small Tactical Terminal (STT)
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, 355th Contracting Office, Davis-Monthan AFB (DMAFB), is conducting market research through a Sources Sought notice to identify capable vendors for the procurement of an L3 Harris KOR-24A Small Tactical Terminal (STT) solution. This notice is for information gathering only and does not constitute a solicitation. Responses are due by February 13, 2026, at 01:00 PM MST.
Scope of Work
The government intends to procure a fully functional and operational STT KOR-24A solution. Key requirements, as outlined in the 'STT Salient Characteristics' document, include:
- Equipment: L3Harris KOR-24A terminal, VHF/UHF and L-Band antennas, batteries, charging equipment, cabling, mounting tray, and power conditioning unit.
- Software & Licenses: Latest SCA v2.2.2 or higher, integration with ADSI and JRE systems.
- Documentation: Electronic and hard copies of user, technical, and quick start manuals.
- Training: Operator and maintenance training for 10 personnel at Nellis Air Force Base, Nevada.
- Support: One-year warranty and 24-hour response time for critical technical support.
- Performance: Must meet L3Harris product documentation specifications (02/2023, Rev-201 or later) for operating temperature, frequency range, power output, cryptographic capabilities (KY-57, AES, HAIPE®), and MIL-STD-810F compliance.
- Interoperability: Must be interoperable with existing Link 16 and VHF/UHF systems (JRE, BATS-D, MIDS/JTRS).
- Security: Compliance with DOD Directive 8500.01E and DOD Manual 5220.22-M for classified material, with access restricted to authorized personnel and data encryption.
Contract & Timeline
- Type: Sources Sought / Market Research
- Set-Aside: None specified (market research stage)
- Response Due: February 13, 2026, 01:00 PM MST
- Published: February 10, 2026
- Anticipated Period of Performance: November 1, 2025, to March 31, 2027
- Anticipated Delivery: All equipment and materials by February 28, 2026
- Anticipated Training Completion: March 31, 2026
Submission Requirements
Interested parties must provide their company's size, CAGE/DUNS codes, primary point of contact, and documentation of technical expertise and capability. Responses should clearly articulate functional area expertise and experience.
Place of Performance
Delivery, initial inspection, on-site testing, and training for the STT solution will occur at the 88th Test and Evaluation Squadron, Nellis AFB, NV.
Additional Notes
This is a market research notice only; no quotes will be accepted, and it does not constitute a solicitation. Responses are voluntary, and no reimbursement will be made for associated costs. If a solicitation is issued, it will be announced separately, and interested parties must respond to that announcement.