Installation Fiber Optics Networking Support Services
ID: N6893625R0026Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVAL AIR WARFARE CENTERCHINA LAKE, CA, 93555-6018, USA

NAICS

Computer Systems Design Services (541512)

PSC

IT AND TELECOM - NETWORK SUPPORT SERVICES (LABOR) (DG01)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, specifically the Naval Air Warfare Center, is seeking proposals for Installation Fiber Optics Networking Support Services under Solicitation N6893625R0026. This procurement aims to secure comprehensive support services for fiber optics networking, which are critical for enhancing communication and operational capabilities within the Navy. The contract is set aside for small businesses, emphasizing the importance of compliance with specific business system requirements, particularly an adequate Accounting System, as part of the evaluation process. Interested contractors should note that the proposal closing date has been extended to January 7, 2026, at 12:00 PM PST, and are encouraged to direct inquiries to Erika Martin at erika.m.martin6.civ@us.navy.mil or Erin K Strand at erin.k.strand.civ@us.navy.mil for further clarification.

    Files
    Title
    Posted
    Attachment L-8, Solicitation N6893625R0026, outlines the required business systems and their status for a federal government contract. The document, titled "Table CA-1 Business Systems Status," lists five key business systems: Accounting, Estimating, Purchasing, Earned Value Management, and Property Management, along with their respective (D)FAR references. A critical condition for award, regardless of best value determination, is an adequate Accounting System, due to the contract's inclusion of cost reimbursement CLINS as per FAR 16.301-3. This attachment is crucial for potential contractors to understand the mandatory compliance requirements for business systems to be eligible for the award.
    The government file is a highly corrupted document, rendering it unreadable and impossible to summarize. The content consists primarily of garbled characters, making it impossible to identify the main topic, key ideas, or supporting details. The extensive corruption prevents any meaningful analysis or summarization within the given parameters.
    Section L, Attachment L-1 of Solicitation N68936-14-R-0026 outlines instructions for offerors to complete two critical tables: ES-1 Offeror Summary and ES-2 Relevant Contract Summary For Past Performance. Table ES-1 requires offerors to list all entities involved in the solicitation (prime, subcontractors, JV members), their physical locations, CAGE Codes/DUNS numbers, a brief work description/program role, and the proposed cost/price workshare, ensuring it totals 100%. It also requires detailing the legal relationship if not prime/subcontractor. Table ES-2 focuses on past performance, requiring details of relevant contracts for the prime, JV team members, and subcontractors, including contract reference, number, type, and title. This document is crucial for structuring proposals by standardizing the presentation of team composition and past performance data.
    This document, "Table T-1. Cross-Reference Matrix (CRM)" from Solicitation N68936-14-R-0026, serves as a guide for preparing proposals in response to a government RFP. It details the required content for Volume 2 (Technical) of a proposal, cross-referencing specific sections of the RFP (Request for Proposal) with corresponding attachments and instructions. Key areas include Key Personnel, Software Development Plan, Management Plan, Scenario Technical Approach, and Small Business Management. The matrix directs proposers to relevant sections within the Statement of Work (SOW) and Proposal Instructions (Section L) for each technical volume requirement, ensuring all necessary components are addressed in their submission.
    The provided government file appears to be a template or a section from an RFP or grant application, specifically designed for evaluating potential contractors or employees. Its main purpose is to gather and assess information regarding the qualifications, experience, and employment details of personnel for various labor categories. The document outlines criteria such as labor category (e.g., Fiber Optic Network Engineering Service, Program Management), required degrees (B, M, D), major, years of experience, recent relevant experience, current employment status, security clearance level, and salary expectations. It also includes sections for an 'Employee Experience Relative to SOW' (Statement of Work), indicating how an individual's experience aligns with project requirements, and whether a 'Letter of Intent' is provided. This file serves as a structured method for government entities to evaluate and select qualified individuals or teams for projects, ensuring they meet specific technical and administrative requirements.
    The CPARS UPDATE QUESTIONNAIRE is a government form used to assess changes in contractor performance and scope of work since the last Contractor Performance Assessment Report (CPAR). This document is crucial for federal government RFPs and grants as it ensures ongoing evaluation of contractor performance. The questionnaire requires identification of the contractor, program title, contract number, and the date of the last CPAR. It also asks for the respondent's details, preferably the Program Manager. Key sections include inquiries about significant changes in the scope of work and updates on past performance, specifically noting any improvements or declines in ratings (e.g., from Yellow/Red to Green, or Green to Yellow/Red). If the last CPAR was completed more than six months prior, a different form, the Past Performance Questionnaire Information Form, should be used instead. The completed form is to be returned to Erika Martin at NAWCWD (Code D242000) in China Lake, CA.
    The "PAST PERFORMANCE INFORMATION FORM" is a government document used by offerors in response to solicitations, likely for federal government RFPs, federal grants, or state/local RFPs. Its primary purpose is to collect detailed information about an offeror's past contract performance. The form requires comprehensive data including the offeror's name, role on the solicitation, CAGE code, DUNS number, NAICS and PSC codes, contract number, type, project title, and location of work. It also requests contact information for both the agency/customer program manager and contracting point of contact. Crucially, the form asks for period of performance dates, contract value, and invoiced amounts for the base period and up to five options. A significant section is dedicated to a detailed description of the contract effort and any demonstrated systemic improvements made to resolve performance issues, including techniques and tools used. This form is designated "FOR OFFICIAL USE ONLY/SOURCE SELECTION INFORMATION," indicating its sensitive nature in the evaluation process.
    Section L, Attachment L-8, of Solicitation N68936-14-R-0026, details instructions for completing Table PP-1, Past Performance Contract Data. This document is crucial for Offerors responding to government RFPs, requiring them to provide comprehensive information on relevant contracts performed within five years of the solicitation release date. Offerors must list prime, joint venture, and subcontractor contracts, ordered by relevance. Key information includes contract details like name, number, type, procuring agency, and a description of services. The instructions also specify providing performance periods, CAGE codes, and details on the similarity of past efforts to the current solicitation's Statement of Work, including hardware and software used. Contact information for validating performance is also a mandatory requirement. The attachment outlines how to handle delivery or task orders, emphasizing the creation of individual tabs for each, unless they represent the same work effort and CPAR evaluation. This structured approach ensures a thorough and standardized evaluation of past performance for potential contractors.
    This document outlines detailed instructions for prime contractors and subcontractors in preparing cost summary spreadsheets for government RFPs, grants, and state/local RFPs. It specifies formatting requirements, such as unprotected cells with intact formulas, dollar figures to two decimal places, and letter-size paper formatting. Key instructions include entering prime and subcontractor names, listing all employee names and labor categories (with full-time/part-time and on-site/government site designations), and applying indirect rates. The document also details how to include subcontractor handling charges, fixed fees for prime and subcontractor labor, and the breakdown of Other Direct Costs (ODCs) into categories like Travel, Material, and NMCI. Emphasis is placed on ensuring total costs match Section B and the Cost Summary Spreadsheet, with specific guidance for deleting rows in subcontractor cost summary sheets. The document also includes a Cost Summary Spreadsheet template for various periods (Base, Option periods, Six-Month Option) and a CLIN Summary Sheet, along with definitions for column headings like "Proposed Annual Fully-Burdened Labor" which includes fringe, overhead, G&A, and fee.
    Section L, Attachment L-1 of Solicitation N68936-14-R-0026 outlines instructions for completing Table ES-1, Offeror Summary. This document is crucial for federal government RFPs, detailing how offerors must present their team structure and capabilities. It requires listing the Prime contractor, all subcontractors (principal, critical, and others), and JV team members, ensuring 100% coverage of capability gaps. Offerors must provide accurate physical locations for all places of performance, specifically for entities deploying personnel or responsible for the work. The solicitation also mandates the inclusion of CAGE Codes/DUNS numbers for each entity, noting that past performance for multiple codes at the same physical location will be considered if distinct roles are identified. Finally, a brief work description and program role/responsibility for each CAGE Code/DUNS are required, along with a definition of legal relationships other than Prime/subcontractor.
    This document is Amendment 0002 to Solicitation N6893625R0026, issued by the Commander, NAWCWD, China Lake, CA. Its primary purpose is to answer contractor questions (Q&As 8-32), following Amendment 0001 which addressed Q&As 1-7. The amendment also extends the proposal closing date from January 5, 2026, to January 7, 2026, at 12:00 PM PST. Key modifications include clarifications on proposal formatting, personnel qualifications (confirming the Program Manager as the sole Key Personnel), contract type (remaining CPFF), and past performance requirements. It details electronic submission procedures via PIEE, acceptable file formats, and outlines the content required for each proposal volume: Executive Summary, Technical, Past Performance, and Cost/Price. The document emphasizes the importance of providing thorough and clear information, adherence to specified formats, and timely submission of past performance questionnaires. It also details the evaluation criteria for relevancy, past performance information, and demonstrated systemic improvement.
    This government solicitation amendment, N6893625R0026-0001, addresses vendor questions, updates Section J Attachment 10 L-8 Vol 5 CA-1 Business Systems Status, and extends the proposal closing date from December 23, 2025, to January 1, 2026, at 12 PM PST. Key changes include clarifications on proposal formatting, file naming conventions, and the submission process via the PIEE system. The amendment also details requirements for past performance information, including the use of CPARS and questionnaires, and outlines the structure for proposal volumes covering executive summary, technical approach, past performance, and cost/price. It emphasizes the need for thorough and compliant submissions, particularly regarding personnel qualifications, technical approaches to a network installation scenario, and subcontract management.
    The Statement of Work (SOW) delineates the requirements for an Engineering and Installation (E&I) contract with the Naval Air Warfare Center Weapons Division (NAWCWD) at China Lake. The contractor will provide personnel, tools, and materials to support fiber optic networking infrastructure projects, including installations, maintenance, and emergency repairs across various locations in California and remote sites. Services encompass the assessment and upkeep of network installation, physical security, and compliance with industry standards and regulations. The scope emphasizes the need for qualified experts who can execute tasks such as network design, fiber builds, infrastructure mapping, and training for personnel. The document also outlines considerable operational requirements, including reporting, compliance with safety standards, and environmental regulations. Deliverables include meeting minutes, monthly status reports, and project management oversight. The contractor must maintain a high level of communication with government representatives to ensure timely project execution and adherence to established security protocols. Overall, this SOW reflects the government's commitment to enhancing its technological infrastructure while following rigorous operational guidelines.
    Similar Opportunities
    Cables, Fiber Optic
    Dept Of Defense
    The Defense Logistics Agency (DLA) is seeking suppliers for fiber optic cables to support military depots, with a presolicitation notice indicating multiple National Stock Numbers (NSNs) for various cable specifications. The procurement includes cables compliant with specific military specifications, with a required delivery timeframe of 150 days and terms for FOB Origin and Inspection and Acceptance at Destination. This contract, which is not set aside for small businesses, will be a Fixed Price, Indefinite Delivery Contract (IDC) for a base period of two years, with proposals evaluated based on price, past performance, and delivery. Interested vendors can submit proposals electronically, with the solicitation expected to be available on December 19, 2025, under solicitation number SPE7M26RX011; for further inquiries, contact Kristina Wolf at Kristina.wolf@dla.mil or 614-693-2623.
    COUPLER,TRANSMISSIO
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the procurement of couplers for transmission systems. This requirement focuses on the acquisition of new manufacture spare parts, which are critical for maintaining operational readiness in naval systems. The procurement process will utilize competitive procedures, with evaluation criteria including lead time, price, past performance, and capacity. Interested vendors must submit their proposals by the specified closing date, which has been extended to January 28, 2026, and can contact Danielle Junod at 215-697-1138 or via email at danielle.m.junod.civ@us.navy.mil for further information.
    Wire Harnesses
    Dept Of Defense
    The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is seeking qualified small businesses to provide various electrical cables under RFQ number N66604-26-Q-0070. This procurement involves a Firm Fixed Price contract for specific cable types (7 to 1 and 2 to 1) based on government drawings, with delivery required by April 13, 2026, to Newport, RI. The opportunity is significant for small businesses in the electrical apparatus and equipment sector, as it is a 100% small business set-aside under NAICS Code 423610, with a size standard of 200 employees. Interested offerors must submit their quotes by January 13, 2026, at 1400 EST, and ensure they have an active Joint Certification Program (JCP) certification to access restricted government drawings. For further inquiries, contact Elizabeth Peckham at elizabeth.a.peckham2.civ@us.navy.mil or by phone at 401-832-8962.
    OPTICAL TRANSCEIVER
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the manufacture of an Optical Transceiver. This procurement is set aside for small businesses and aims to fulfill specific material and physical requirements as outlined in the solicitation documents, which include compliance with various military standards for marking and quality assurance. The Optical Transceiver is crucial for operational training devices, supporting the Navy's technological needs. Interested vendors should direct inquiries to Joshua D. Martin at 717-605-4356 or via email at JOSHUA.D.MARTIN76.CIV@US.NAVY.MIL, with proposals expected to adhere to the specified delivery timelines and quality control measures.
    58--ETHERNET SWITCH
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the procurement of Ethernet switches. The contract requires the manufacture of these switches, which are critical for IT and telecommunications infrastructure, ensuring reliable network connectivity for defense operations. The procurement includes specific quality assurance measures, compliance with military standards, and a requirement for firm fixed pricing, with a quantity of five units and a delivery timeline of 365 days. Interested vendors should direct inquiries to Matthew Takach at (717) 605-2640 or via email at matthew.takach@navy.mil, with proposals due by October 16, 2024.
    Cables, Fiber Optic
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking suppliers for fiber optic cables as part of a federal contract opportunity. This acquisition consolidates requirements in accordance with FAR 7.107-2, indicating a justified need for these materials, which are critical for various defense communications and data transmission applications. The procurement process will include a determination that will be posted with the solicitation, ensuring transparency and compliance with federal regulations. Interested vendors can reach out to Kristina Wolf at Kristina.wolf@dla.mil or by phone at 614-693-2623 for further details, while Mindy Cook is also available at mindy.cook@dla.mil for additional inquiries.
    CONNECTOR, FO RECEP
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the procurement of electrical connectors, specifically the "CONNECTOR, FO RECEP." This contract is critical as the connectors will be utilized in essential shipboard systems, where the use of incorrect or defective materials could lead to severe consequences, including personnel injury or loss of life. The procurement process includes stringent quality assurance requirements and a delivery schedule that mandates final material delivery within 365 days of contract award. Interested vendors should contact Benjamin Spangler at 771-229-0573 or via email at benjamin.t.spangler.civ@us.navy.mil, with the closing date for submissions set for April 4, 2025.
    J059 - Shore Equipment Installation and Maintenance Management Program (SEIMMP)
    Dept Of Defense
    The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Norfolk, is seeking proposals for the Shore Equipment Installation and Maintenance Management Program (SEIMMP). This procurement aims to secure contractor support services for engineering, installation, and maintenance of electronic systems and equipment, primarily in support of Fleet Cyber Command/Commander U.S. 10th Fleet (FCC/C10F). The services are critical for ensuring the operational readiness and security of Navy and non-Navy installations across the continental United States and overseas, with performance locations including Fort Meade, MD, Chesapeake, VA, and Oahu, HI. Interested contractors must submit their proposals by January 13, 2026, and ensure compliance with security clearance requirements, as well as registration in the SAM database. For further inquiries, contact Ethan Othersen at ethan.t.othersen.civ@us.navy.mil or Elizabeth Phelps at elizabeth.a.phelps1@navy.mil.
    COUPLER,TRANSMISSIO
    Dept Of Defense
    The Department of Defense, through the Department of the Navy's NAVSUP Weapon Systems Support, is soliciting proposals for the procurement of couplers for transmission systems. This opportunity specifically seeks new manufacture spare parts, which are critical for maintaining operational readiness in naval systems. The procurement will be evaluated based on lead time, price, past performance, and capacity, with a firm fixed price required for each unit. Interested vendors must submit their quotes by 2:00 PM EST on the closing date, and any inquiries should be directed to Danielle Junod at danielle.m.junod.civ@us.navy.mil. The solicitation has been extended to November 26, 2025, and proposals must remain valid for a minimum of 120 days following submission.
    CABLE ASSEMBLY,SPEC
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the procurement of specialized cable assemblies. This contract requires manufacturers to adhere to stringent quality standards, including ISO 9001 certification, and involves the production of cable assemblies that meet specific design and performance requirements as outlined in the provided documentation. These assemblies are critical for use in various naval applications, ensuring reliability and safety in military operations. Interested vendors should note that the offer date has been extended to February 17, 2026, and are encouraged to contact Joshua J. Eshleman at joshua.j.eshleman.civ@us.navy.mil or by phone at 717-605-6055 for further details regarding submission requirements and specifications.