Satellite Simulator RFI for C3N
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, AFLCMC C3NK, is soliciting quotes for Satellite Simulators for the C3NE TDN Lab at Hanscom AFB, MA. This Total Small Business Set-Aside opportunity seeks commercially available hardware for a lab tech refresh. Quotes are due May 29, 2026, at 1:00 PM ET.
Scope of Work
The requirement is for three types of satellite simulator/emulator hardware and accessories, to be provided in accordance with Attachment 1 - Salient Characteristics:
- Multichannel UHF MUOS Satellite Emulator: Capable of emulating MUOS system operations with up to 4 simultaneous call service legs.
- Multichannel UHF DAMA/IW Satellite Emulator: Capable of emulating IW or DAMA system operations, including frequency translation, propagation delay, and thermal noise, interoperable with specified cryptographic equipment (KY-57, KY-100, KIV-7).
- GPS Satellite Emulator: Capable of real-time GNSS environment emulation, including GPS (with M-Code) and GLONASS signals, and jamming/spoofing simulation.
Contract Details
- Type: Firm Fixed Price (FFP) awards. The Government reserves the right to make one, multiple, or no awards.
- Delivery: 60 Calendar Days from the date of award.
- Quote Validity: 180 days.
- Place of Performance: AFLCMC/C3NE, 15 Eglin Rd, Bldg. 1607, Hanscom AFB, MA 01731.
- Product Service Code (PSC): 7C20.
Set-Aside & Eligibility
This is a 100% Total Small Business Set-Aside under NAICS 334220 (size standard 1250 employees). Offerors must affirm their small business status and not be listed on the Supplier Performance Risk System (SPRS) National Security Systems (NSS) restricted list.
Submission & Evaluation
- Quotes Due: May 29, 2026, at 1:00 PM Eastern Time (ET).
- Questions Due: May 14, 2026, at 1:00 PM ET.
- Submission: Electronically. Offerors can quote a minimum of one (1) CLIN to a maximum of three (3) CLINs.
- Evaluation: Lowest Priced Technically Acceptable (LPTA). Technical acceptability will be evaluated against Attachment 1 (Salient Characteristics). Cost/Price Volume will be evaluated for reasonableness.
- Requirements: Submissions must include a technical approach, acknowledge technical capabilities, and provide a complete Bill of Materials with components, quantities, and part numbers. Supply Chain and Cybersecurity compliance (SPRS, NIST) will be assessed. Any exceptions to the terms in Attachment 2 (Model Contract) will render a submission technically unacceptable. An assessment of potential Organizational Conflict of Interest (OCI) issues with a mitigation plan is required.
Important Notes
Funds are not presently available; no award will be made until funds are available. Attachment 1 (Salient Characteristics) is protected by Microsoft Information Protection and requires a compatible PDF viewer or permissions.