Skip to content
Department of Defense

RFI - Deployable Tactical Communications

Solicitation: FA489026TacticalComms
Notice ID: 2320608d48a04170ba00676dc0872786
TypeSources SoughtNAICS 541715DepartmentDepartment of DefenseAgencyDept Of The Air ForceStateVAPostedJan 27, 2026, 12:00 AM UTCDueFeb 25, 2026, 08:00 PM UTCCloses in 3 days

Sources Sought from DEPT OF THE AIR FORCE • DEPT OF DEFENSE. Place of performance: VA. Response deadline: Feb 25, 2026. Industry: NAICS 541715.

Market snapshot

Awarded-market signal for NAICS 541715 (last 12 months), benchmarked to sector 54.

12-month awarded value
$4,781,009,642
Sector total $5,796,258,355,399 • Share 0.1%
Live
Median
$1,315,390
P10–P90
$383,920$6,948,110
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.1%
share
Momentum (last 3 vs prior 3 buckets)
+39126%($4,756,695,042)
Deal sizing
$1,315,390 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Map for VA
Live POP
Place of performance
Hampton, Virginia • United States
State: VA
Contracting office
Hampton, VA • 23666 USA

Point of Contact

Name
Christine Banks
Email
christine.banks.5@us.af.mil
Phone
Not available
Name
Nicole Black
Email
Aimee.Black@us.af.mil
Phone
Not available

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE AIR FORCE
Subagency
AIR COMBAT COMMAND
Office
AMIC • FA4890 HQ ACC AMIC
Contracting Office Address
Hampton, VA
23666 USA

More in NAICS 541715

Description

1. Description: The Air Combat Command (ACC) Acquisition Management and Integration Center (AMIC) is seeking information from qualified vendors regarding innovative and readily deployable tactical communications solutions to support expeditionary operations in contested, forward-deployed environments.

1.1: This RFI is issued solely for information and planning purposes and all information provided is subject to change. It does not constitute a Request for Proposal (RFP) or a commitment to issue one in the future. This RFI is primarily to conduct Market Research which will enable the USAF to determine the availability of commercial capabilities and to identify and evaluate market practices.

1.2: This RFI does not obligate the Government to contract for any supply or service whatsoever, and all costs associated with responding to this RFI will be incurred solely at the respondent’s expense. Not responding to this RFI does not preclude participation in any future RFP, if issued. The Government will not accept unsolicited proposals in response to this RFI.

1.3: The primary focus for this RFI is on technologies that can readily demonstrate:

  • Communication Infrastructure: Hardware and software for establishing multi-path transport networks (SATCOM, LOS radio, 5G/LTE, HF/UHF).
  • Networking Capabilities: Capabilities for routing, switching, edge computing, application-level QoS, and managing network traffic in dynamic environments.
  • Security Solutions: Zero Trust architectures, encryption, authentication, access control, cyber resiliency, and secure cross-domain data sharing; centralized management and health monitoring of communications equipment fleet is desired.
  • Classified Solutions: Mobile solution leveraging Commercial Solutions for Classified (CSfC) framework to provide secure SIPRNET access. The goal is to create a system more user-friendly and administratively efficient than the current NG WINDAR-S solution, while adhering to the architecture defined in the NSA's Mobile Access Capability Package (MACP).
  • Antenna Systems: Deployable antenna systems that utilize low probability of intercept/detection (LPI/LPD) techniques.
  • Power Solutions: Reliable, portable, and efficient power solutions (SWaP-optimized, battery, generator-compatible).
  • Integration Services: Capabilities for integrating with a government-provided network backbone and existing military systems.

2. Requested Information: Interested parties should respond with a maximum of 10 pages, including any diagrams or images, detailing a solution or solutions that show:

  • Rapid Deployability: Easily and quickly deployable by a small team, achieving “wheels down to comms up” within minutes.
  • Resilience and Reliability: Resilient to jamming and interference, with capabilities for autonomous failover and contested spectrum operations.
  • Security: Provide robust security features, such as Zero Trust security principles, cyber resiliency, segmentation, and automated recovery.
  • Interoperability: Interoperable with existing USAF infrastructure and demonstrate cross-domain data sharing capabilities.
  • Scalability: Scalable to support varying numbers of users and operational demands.
  • Low Size, Weight, and Power (SWaP): Minimize SWaP to facilitate deployment and mobility.
  • Ease of Use: User-friendly and require minimal training and operator intervention.
  • System Maturity: Technical Readiness Level (TRL) 7 or above.

3. Submission Instructions: Responses should be submitted via email, using subject line “RFI Submission - Deployable Tactical Comms – Company Name” to:

Christine Banks at christine.banks.5@us.af.mil

Nicole Black at aimee.black@us.af.mil

Submissions are due no later than February 25, 2026 at 1500 Eastern.

4. Summary: THIS IS A REQUEST FOR INFORMATION ONLY to identify sources that can provide innovative and readily deployable tactical communications solutions to support expeditionary operations in contested, forward-deployed environments. All submissions become Government property and will not be returned.

Files

Files size/type shown when available.

No downloadable attachments detected for this notice.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

FAQ

How do I use the Market Snapshot?

It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.

Is the data live?

The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.

What do P10 and P90 mean?

P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.