Acquisition Planning Forecast System

Forecast Record Number: 

F2023064279 Print

U.S. Department of Homeland Security
Component: FEMA Published Date: March 19, 2025, 1:28 p.m. Previously Published On: Nov. 12, 2024, 8:46 a.m.
NAICS: 517410 - Satellite Telecommunications Competition: YES
Small Business Set-Aside: N/A Small Business Program: None
Contract Vehicle: IDIQ TO/DO (Non Strategic Sourcing Vehicle Multiple Award Contract) Contract Type: Firm Fixed Price
Contract Status: Recompetition Incumbent: DRS SES
Contract Number: 70FA5024F00000135 Anticipated Award Quarter: Q4 FY2025
Estimated Solicitation Release: 2025-04-21 Contract Complete: 2029-06-30
Requirements Title: Disaster Satellite Contingency Operations
Description: The Federal Emergency Management Agency (FEMA) Disaster Emergency Communications Division requires Contingency Satellite Services using existing government-furnished satellite terminal equipment and two ground entry points (GEP). One GEP is located in Emmitsburg, MD, and the other GEP is located in San Diego, CA. Services will consist of the following: 1) Configuration, maintenance, management, troubleshooting, repair as needed, and engineering support of two government-furnished ground entry points, 2) Dedicated, non-preemptable (“private network”) Ku bandwidth to support the Continental United States (CONUS), Hawaii, Alaska, Puerto Rico, and the United States (US) Virgin Islands, 3) the ability to surge contingency satellite services capability to rapidly support emerging/expanding disaster Response and Recovery missions within 24-48 hours,4) access to a 24x7x365 Time Division Multiple Access (TDMA) managed network with technical support for 150+ government-furnished mobile satellite terminals, access to commercial internet, and optional public phone service, and 5) Optional dedicated backhaul to a Department of Homeland Security (DHS) point of presence (POP). This requirement will be solicited as a task order on the General Services Administration (GSA) Complex Commercial SATCOM Solutions (CS3) IDIQ Contract to small businesses.
Estimated Dollar Range: $5,000,000.00 to $10,000,000.00 Place of Performance: Multiple, NA
POC Name: Tara Shirley Alternate POC Name:
POC Phone: (202) 710-9355 Alternate POC Phone:
POC Email: [email protected] Alternate POC Email:

Change Log

Field Changed Old Value New Value Date Changed
Previous Published Date 05/07/2024 11/12/2024 March 19, 2025
Published Date 11/12/2024 03/19/2025 March 19, 2025
Last Updated Date 11/12/2024 03/19/2025 March 19, 2025
Contract Complete 02/28/2029 06/30/2029 March 19, 2025
Estimated Solicitation Release 01/02/2025 04/21/2025 March 19, 2025
Award Quarter Q2 2025 Q4 2025 March 19, 2025
Small Business Program SB None March 19, 2025
Previous Published Date 01/24/2024 05/07/2024 Nov. 12, 2024
Published Date 05/07/2024 11/12/2024 Nov. 12, 2024
Last Updated Date 05/07/2024 11/12/2024 Nov. 12, 2024
Contract Complete 07/31/2029 02/28/2029 Nov. 12, 2024
Contract Number 70FA5018F00000106 70FA5024F00000135 Nov. 12, 2024
Requirement The Federal Emergency Management Agency (FEMA) Disaster Emergency Communications Division requires Contingency Satellite Services using existing government-furnished satellite terminal equipment and two ground entry points (GEP). One GEP is located in Emmitsburg, MD, and the other GEP is located in San Diego, CA. Services will consist of the following: 1) Configuration, maintenance, management, troubleshooting, repair as needed, and engineering support of two government-furnished ground entry points, 2) Dedicated, non-preemptable (“private network”) Ku bandwidth to support the Continental United States (CONUS), Hawaii, Alaska, Puerto Rico, and the United States (US) Virgin Islands, 3) the ability to surge contingency satellite services capability to rapidly support emerging/expanding disaster Response and Recovery missions within 24-48 hours,4) access to a 24x7x365 Time Division Multiple Access (TDMA) managed network with technical support for 150+ government-furnished mobile satellite terminals, access to commercial internet, and optional public phone service, and 5) Optional dedicated backhaul to a Department of Homeland Security (DHS) point of presence (POP). This requirement will be solicited as a task order on the General Services Administration (GSA) Complex Commercial SATCOM Solutions (CS3) IDIQ Contract. The Federal Emergency Management Agency (FEMA) Disaster Emergency Communications Division requires Contingency Satellite Services using existing government-furnished satellite terminal equipment and two ground entry points (GEP). One GEP is located in Emmitsburg, MD, and the other GEP is located in San Diego, CA. Services will consist of the following: 1) Configuration, maintenance, management, troubleshooting, repair as needed, and engineering support of two government-furnished ground entry points, 2) Dedicated, non-preemptable (“private network”) Ku bandwidth to support the Continental United States (CONUS), Hawaii, Alaska, Puerto Rico, and the United States (US) Virgin Islands, 3) the ability to surge contingency satellite services capability to rapidly support emerging/expanding disaster Response and Recovery missions within 24-48 hours,4) access to a 24x7x365 Time Division Multiple Access (TDMA) managed network with technical support for 150+ government-furnished mobile satellite terminals, access to commercial internet, and optional public phone service, and 5) Optional dedicated backhaul to a Department of Homeland Security (DHS) point of presence (POP). This requirement will be solicited as a task order on the General Services Administration (GSA) Complex Commercial SATCOM Solutions (CS3) IDIQ Contract to small businesses. Nov. 12, 2024
Estimated Solicitation Release 05/13/2024 01/02/2025 Nov. 12, 2024
Award Quarter Q4 2024 Q2 2025 Nov. 12, 2024
Previous Published Date None 01/24/2024 May 7, 2024
Published Date 01/24/2024 05/07/2024 May 7, 2024
Last Updated Date 01/24/2024 05/07/2024 May 7, 2024
Contract Type N/A Firm Fixed Price May 7, 2024
Estimated Solicitation Release 04/01/2024 05/13/2024 May 7, 2024
Dollar Range $10M to $20M $5M to $10M May 7, 2024