ContractSolicitationTotal Small Business Set-Aside (FAR 19.5)

Installation Fiber Optics Networking Support Services

DEPT OF DEFENSE N6893625R0026
Response Deadline
Jan 7, 2026
Deadline passed
Days Remaining
0
Closed
Set-Aside
Total Small Business Set-Aside (FAR 19.5)
Notice Type
Solicitation

Contract Opportunity Analysis

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.

Classification Codes

NAICS Code
541512
Computer Systems Design Services
PSC Code
DG01
IT AND TELECOM - NETWORK SUPPORT SERVICES (LABOR)

Solicitation Documents

13 Files
Statement of Work.docx
Word71 KBMar 31, 2025
AI Summary
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.
N6893625R0026 A0002.docx
Word81 KBJan 6, 2026
AI Summary
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.
Attachment 10 L-8 Vol 5 CA-1 Business Systems Status.xlsx
Excel11 KBJan 6, 2026
AI Summary
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.
N6893625R0026-0001.docx
Word77 KBJan 6, 2026
AI Summary
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.
Attachment 2 - Kern County WD 2015-5603.pdf
PDF634 KBJan 6, 2026
AI Summary
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.
L-8 Vol 5 CA-1 Business Systems Status.xlsx
Excel20 KBJan 6, 2026
AI Summary
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.
L-5 Vol 3 Past Performance Information Form.pdf
PDF522 KBJan 6, 2026
AI Summary
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.
L-2 Vol 2 Table T-1 Technical CRM.xlsx
Excel18 KBJan 6, 2026
AI Summary
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.
L-3 Vol 2 Key and Non-Key Personnel Qualifications.xlsx
Excel19 KBJan 6, 2026
AI Summary
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.
L-1 Vol 1 ES Tables.xlsx
Excel23 KBJan 6, 2026
AI Summary
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.
L-4 Vol 3 CPARS Update Questionnaire.docx
Word23 KBJan 6, 2026
AI Summary
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.
L-6 Vol 3 PP-1 PP Cont Data.xlsx
Excel22 KBJan 6, 2026
AI Summary
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.
L-7 Vol 4 Cost Summary Spreadsheet.xlsx
Excel39 KBJan 6, 2026
AI Summary
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.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedMar 27, 2025
amendedAmendment #1Mar 31, 2025
amendedLatest Amendment· Description UpdatedJan 6, 2026
deadlineResponse DeadlineJan 7, 2026
expiryArchive DateDec 31, 2026

Agency Information

Department
DEPT OF DEFENSE
Sub-Tier
DEPT OF THE NAVY
Office
NAVAL AIR WARFARE CENTER

Point of Contact

Official Sources