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 (NAWCWD), is seeking qualified contractors to provide Installation Fiber Optics Networking Support Services. This procurement aims to secure Subject Matter Experts (SMEs) who will deliver cost-effective installation services for fiber optic networking, including network designs, fiber builds, and infrastructure mapping, which are not covered by existing Naval Enterprise Network frameworks. The contract will be a cost-plus-fixed-fee (CPFF) arrangement for a total of five years, comprising a one-year base period and four one-year options, with a total small business set-aside under NAICS code 541512. Interested parties must register in the System for Award Management (SAM) and submit proposals electronically via the PIEE Solicitation Module, with the solicitation expected to be posted around November 17, 2025. For further inquiries, contact Erika Martin at erika.m.martin6.civ@us.navy.mil or Erin K Strand at erin.k.strand.civ@us.navy.mil.

    Files
    Title
    Posted
    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.
    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
    Fiber Optics
    Dept Of Defense
    The Department of Defense, through the Naval Air Warfare Center Aircraft Division (NAWCAD), is seeking qualified small businesses to participate in a Blanket Purchase Agreement (BPA) for fiber optic cable manufacturing. This procurement aims to streamline the acquisition of essential supplies and services to support various naval operations, including Aircraft Launch and Recovery Equipment and Common Support Equipment. The BPA will facilitate ongoing procurement needs, with individual call orders not exceeding $250,000 and a master dollar limit of $4,999,999 over five years. Interested vendors must submit their capabilities statements and relevant documentation by March 11, 2026, to Karin Quagliato at karin.a.quagliato.civ@us.navy.mil, including their Cage Code and Unique Entity Identifier (UEID) for verification.
    FIBER OPTICS
    Dept Of Defense
    The Department of Defense, specifically the Naval Surface Warfare Center, is seeking quotations for fiber optic tool kits and related equipment as part of a combined synopsis/solicitation. The procurement includes four combination fiber optic kits that must comply with DOD-STD-2042NF specifications and contain specific components such as torque wrenches, adaptors, and inspection scopes, among others. These kits are crucial for the Strategic Systems Programs Branch's fiber optic operations, ensuring the maintenance and functionality of critical systems. Interested vendors must submit their quotes electronically by the specified deadline, and all submissions must include a detailed list of items, firm pricing, and adhere to strict packaging and shipping requirements. For further inquiries, potential offerors can contact Elizabeth Groncki at elizabeth.groncki.civ@us.navy.mil or by phone at 951-393-4354.
    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.
    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) under solicitation number N0018926R0001. This procurement aims to secure contractor support services for the engineering, installation, and maintenance of electronic systems and equipment, primarily in support of Fleet Cyber Command/Commander U.S. 10th Fleet (FCC/C10F) and related IT mission requirements. The contract will cover a five-year period with an option for a six-month extension, focusing on various Navy and non-Navy installations across the continental United States and overseas, with key performance locations including Fort Meade, MD, Chesapeake, VA, and Oahu, HI. Interested vendors must submit their proposals by January 6, 2026, and can direct inquiries to Ethan Othersen or Jacob Gephart via their provided email addresses.
    MODULE, FIBER
    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 a fiber module. This contract involves the supply of unique identification and valuation items, with specific requirements for inspection, acceptance, and packaging as outlined in the solicitation documents. The goods are critical for various military applications, ensuring operational readiness and compliance with stringent quality standards. Interested vendors should direct inquiries to Sarah E. Rice at 771-229-3872 or via email at SARAH.E.RICE14.CIV@US.NAVY.MIL, with proposals expected to remain valid for 60 days post-submission.
    Ethernet Dedicated Internet Services
    Dept Of Defense
    The Department of Defense, through the Naval Criminal Investigative Service (NCIS), is soliciting quotes for Ethernet Dedicated Internet (EDI) services for its Resident Agency located in Great Lakes, Illinois. The procurement involves the installation of a dedicated commercial circuit, Ethernet hard lines, WIFI for approved areas, and coaxial connections for base broadcast alerts, with a requirement for full installation and ongoing support over a five-year period. This service is critical for ensuring reliable internet access and communication capabilities within the restricted base environment, necessitating vendor compliance with US Navy Facilities (NAVFAC) standards and rapid emergency response protocols. Quotes are due by December 15, 2025, at 10:00 AM EST, and interested vendors must provide company information, including CAGE Code, UEI, TIN, and a completed Schedule of Supplies and Services, with awards based on the Lowest Price Technically Acceptable (LPTA) criteria. For further inquiries, vendors may contact Cameron Roberge at cameron.roberge@ncis.navy.mil or Judith Campbell at judith.campbell@ncis.navy.mil.
    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.
    Engineering Services for Specialized Antennas, Towers, Hangars, and Communication Facilities, Worldwide
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering and Expeditionary Warfare Center (NAVFAC EXWC), is seeking qualified architect-engineer firms to provide engineering services for specialized antennas, towers, hangars, and communication facilities worldwide. This procurement involves an Indefinite Delivery/Indefinite Quantity (IDIQ) contract aimed at supporting various specialized Department of Defense facility projects, emphasizing the critical nature of these services for military operations. Interested small businesses are encouraged to participate, as this opportunity is set aside for total small business participation under FAR 19.5. For further details, including solicitation documents, interested parties should contact Jonathan Demorest at jonathan.p.demorest.civ@us.navy.mil or Anthony Gonzales at anthony.j.gonzales104.civ@us.navy.mil, with the solicitation available through the PIEE Solicitation Module on SAM.gov.
    Electrical Contractors and Other Wiring Installation
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Warfare Center Aircraft Division (NAWCAD), is seeking qualified electrical contractors and other wiring installation services through a combined synopsis/solicitation for Blanket Purchase Agreements (BPAs). The procurement aims to support various programs related to Aircraft Launch and Recovery Equipment (ALRE), Common Support Equipment (CSE), and Peculiar Support Equipment (PSE) for naval operations, emphasizing a total small business set-aside to encourage participation from small enterprises. Interested vendors are invited to submit their capabilities statements, including their Cage Code and Unique Entity Identifier (UEID), by March 11, 2026, to Karin Quagliato at karin.a.quagliato.civ@us.navy.mil, with the understanding that individual BPA calls will be issued on a firm fixed-price basis and payments will be processed via Government Credit cards or Wide Area Workflow (WAWF).
    Commercial Off The Shelf Items
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is seeking qualified vendors to provide Commercial Off The Shelf (COTS) items, with a focus on specific brands of equipment necessary for compliance with military standards. The procurement includes various items such as OTDR Analyzers, environmental monitoring sensors, and power supplies, which are critical for maintaining operational readiness and compliance with stringent military specifications. These items are essential for the Navy's systems and operations, ensuring they meet the required standards for functionality and safety. Interested parties should contact Samantha Mangum at SAMANTHA.c.MANGUM.civ@us.NAVY.MIL or Arthur Wynn at arthur.p.wynn3.civ@us.navy.mil for further details, as this opportunity is set aside for small businesses under the SBA guidelines.