Skip to content
Department of Justice

Request for Information - MSAT PTT and satellite data services and devices

Solicitation: 15DDHQ26QN00000012
Notice ID: b263651f48684136a6941782467cb7ca
TypeSources SoughtNAICS 517410PSCDG11DepartmentDepartment of JusticeAgencyDrug Enforcement AdministrationStateVAPostedMar 24, 2026, 12:00 AM UTCDueMar 31, 2026, 02:00 PM UTCExpired

Sources Sought from DRUG ENFORCEMENT ADMINISTRATION • JUSTICE, DEPARTMENT OF. Place of performance: VA. Response deadline: Mar 31, 2026. Industry: NAICS 517410 • PSC DG11.

Market snapshot

Awarded-market signal for NAICS 517410 (last 12 months), benchmarked to sector 51.

12-month awarded value
$1,276,836
Sector total $556,770,547 • Share 0.2%
Live
Median
$24,970
P10–P90
$21,180$28,759
Volatility
Stable30%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.2%
share
Momentum (last 3 vs prior 3 buckets)
+100%($1,276,836)
Deal sizing
$24,970 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
Lorton, Virginia • 22079 United States
State: VA
Contracting office
Lorton, VA • 22079 USA

Applicable Wage Determinations

SAM WDOL references matched to this opportunity's location and scope language.

WD Directory →
Best fit for this contractDavis-Bacon
VA20260156 (Rev 1)
Match signal: state matchOpen WD
Published Jan 30, 2026Virginia • Isle of Wight
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR - MECHANICAL (Duct, Pipe & Mechanical System Insulation)
Base $40.77Fringe $20.17
Rate
BOILERMAKER
Base $38.97Fringe $27.39
+30 more occupation rates available in the full WD.
View more for this contract
3 more WD matches and 30 more rate previews.
Davis-BaconBest fitstate match
VA20260156 (Rev 1)
Open WD
Published Jan 30, 2026Virginia • Isle of Wight
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR - MECHANICAL (Duct, Pipe & Mechanical System Insulation)
Base $40.77Fringe $20.17
Rate
BOILERMAKER
Base $38.97Fringe $27.39
Rate
BRICKLAYER
Base $22.44Fringe $10.23
+29 more occupation rates in this WD
Davis-Baconstate match
VA20260169 (Rev 1)
Open WD
Published Jan 30, 2026Virginia • York
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR - MECHANICAL (Duct, Pipe & Mechanical System Insulation)
Base $40.77Fringe $20.17
Rate
BOILERMAKER
Base $38.97Fringe $27.39
Rate
BRICKLAYER
Base $22.44Fringe $10.23
+29 more occupation rates in this WD
Davis-Baconstate match
VA20260003 (Rev 1)
Open WD
Published Jan 30, 2026Virginia • Pittsylvania
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR - MECHANICAL (Duct, Pipe & Mechanical System Insulation)
Base $40.77Fringe $20.17
Rate
ELECTRICIAN
Base $37.95Fringe $25.95
Rate
POWER EQUIPMENT OPERATOR Bulldozer
Base $38.79Fringe $18.05
+8 more occupation rates in this WD
Davis-Baconstate match
VA20260010 (Rev 1)
Open WD
Published Jan 30, 2026Virginia • Brunswick, Charlotte, Cumberland +7
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR - MECHANICAL (Duct, Pipe & Mechanical System Insulation)
Base $40.77Fringe $20.17
Rate
ELECTRICIAN
Base $37.95Fringe $25.95
Rate
POWER EQUIPMENT OPERATOR Bulldozer
Base $38.79Fringe $18.05
+8 more occupation rates in this WD

Point of Contact

Name
Robert Radke
Email
robert.j.radke@dea.gov
Phone
Not available

Agency & Office

Department
JUSTICE, DEPARTMENT OF
Agency
DRUG ENFORCEMENT ADMINISTRATION
Subagency
OFFICE OF INVESTIGATIVE TECHNOLOGY
Office
Not available
Contracting Office Address
Lorton, VA
22079 USA

More in NAICS 517410

Description

The Drug Enforcement Administration (DEA), Office of Investigative Technology (ST), maintains one hundred sixty-three (163) MSAT G2 Satellite PTT Radios with Satellite Mutual Aid Radio Talk-Group Service (SMART). The service provides instantaneous Push-to-Talk contingency/emergency communication and operational communications in areas absent of terrestrial infrastructure. SMART talk-groups enable interoperability between Federal, State and local law enforcement officers and emergency responders. SMART talk groups provide One-to-One or One-to-Many communications. ST is also looking to continue service on fourteen (14) Starlink High-Performance Terminals and requires the continuation of services for the purchase four (4) Starlink Mini Satellite Terminal packages and will require the same SMART group service for those terminals.

For each (4) of the Starlink mini packages, they need to contain: 1x Gen 4 Starlink mini terminal, 1x pipe adapter, 1x power supply, 1x external Wi-Fi router, 1x mesh extender, and 1x custom rugged travel case.

Please reference the attached Section 1 - Commodity or Services Schedule.

This is a Sources Sought Notice, Request for Information (RFI). This is not a Request for Proposal (RFP) or Request for Quote (RFQ). This Notice in no way binds the Government to solicit or award a contract.  No solicitation exists at this time, and proposals are not being requested or accepted with this notice. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. The information provided in this notice is subject to change and is not binding on the Government.

Responders are advised that the U.S. Government will not pay any cost incurred in response to this RFI and all costs associated with responding will be solely at the interested party's expense.

This RFI is being used as a Market Research tool for informational purposes and for preliminary planning purposes to identify potential sources that may possess the expertise, capabilities, and/or experience to perform the anticipated requirements. Small businesses are encouraged to respond.  Interested vendors should respond and affirmatively indicate if requirements can be met as specified on an all or none basis, either individually (by vendor) or has to be accomplished through teaming with other vendors.  Please provide the following information:

1. Company name; mailing address; physical address; point of contact; telephone number; e-mail address; UEI number; NAICS code; company business size (if small, indicate type); and if applicable: GSA Federal Supply Schedule, SIN number, and GSA contract number.

2. A tailored capability statement between one and five (5) pages that addresses the particulars of the attached Statement of Work with appropriate documentation that clearly supports the claims of capability.  Specifically, your capability statement should describe your EMT training and medical advisory services capabilities.

Respondents are advised that the Government is under no obligation to acknowledge receipt of the information submitted. Respondents will not individually be notified of the results of the Government assessments and should not anticipate feedback with regard to its submission.

No proprietary, classified, confidential or sensitive information should be included in your response to this RFI. Responses will not be returned. All documentation shall become the property of the Government. The Government reserves the right to use any information provided by respondents for any purpose deemed necessary and legally appropriate, including using technical information provided by respondents in any resultant solicitation.

The Government reserves the right to determine the method of acquisition and issuance of a possible solicitation based on the responses received for this notice. The Government's evaluation of the responses received will factor into the Government's determination whether any forthcoming solicitation will be conducted on an unrestricted or set-aside.

After a review of the responses received, a solicitation will be issued. Responses to this RFI will not be considered adequate responses in any resultant solicitation.

Interested sources shall provide responses via email in softcopy form (electronically) in Microsoft Word compatible format on or before 10:00 AM ET (Eastern Time) 03/31/2026 to robert.j.radke@dea.gov. Responses received after this date and time may not be considered in the Government's market research.

Files

Files size/type shown when available.

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.