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
Mar 30, 2026
3
Submission Deadline
Apr 6, 2026, 7:00 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 is soliciting proposals for SATCOM Modernization to replace end-of-life training assets at Keesler Air Force Base, Biloxi, MS. This is a Women-Owned Small Business (WOSB) Set-Aside for the procurement of two complete, turn-key, and fully operational deployable dual-hub SATCOM terminal systems. Proposals are due April 6, 2026, at 2:00 PM CDT.

Scope of Work

This solicitation (FA301026Q0007) requires the delivery of two modern, efficient, and sustainable dual-hub SATCOM terminal systems to sustain apprentice-level training missions. Key requirements include:

  • 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 for tool-less band swapping. Each terminal will have two independent antennas.
  • Deployability: Systems must be deployable by a two-person crew, with components in ruggedized, transportable transit cases (max 112 lbs per case).
  • Operational Features: Remote Command and Control via two contractor-provided ruggedized laptops per terminal, automated satellite acquisition, and low-power amplifier configuration (1-10 watts) for SATSIM operations.
  • 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). Compatibility with existing iDirect hub infrastructure is essential; contractors will provide hubs and modems. No WGS certification is required.
  • Deliverables: On-site turn-key integration, comprehensive technical documentation (user/technical manuals, schematics, maintenance guides), and a one-time "Train-the-Trainer" program for up to 12 government personnel.

Contract Details

  • Type: Firm Fixed Price.
  • Set-Aside: 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 activities to be completed between 180 and 225 days after contract award. Delivery date is on or before September 30, 2026.
  • Funding: Funds are not presently available, and the Government reserves the right to cancel this solicitation.

Submission & Evaluation

  • Proposal Due Date: April 6, 2026, at 2:00 PM CDT. No extensions will be granted.
  • Submission: Quotes must be submitted electronically via email to 2d Lt Zachary Willard (zachary.willard.1@us.af.mil) and Contracting Officer, Kimberley L. Alvarez (kimberley.alvarez.1@us.af.mil). The SF1449 form must be completed and signed.
  • Evaluation: Award will be based on the Lowest Price Technically Acceptable (LPTA) methodology.
  • Questions: Vendor questions were due by March 16, 2026.

Clarifications & Updates

Recent updates clarified technical requirements: each dual-hub terminal requires two independent antennas, totaling four antennas for the two terminals. Modems and hubs are contractor-provided and must be compatible with existing iDirect infrastructure. Amplifiers must output 1-10 watts for SATSIM. Dual-hub operation means two independent channels within the same band simultaneously.

People

Points of Contact

Files

Files

Download
Download
Download
Download
Download
Download

Versions

Version 5Viewing
Solicitation
Posted: Mar 30, 2026
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