PMW 160 Wide Area Networks (WAN) Multiple Award Contract (MAC)
ID: N00039-25-R-9510Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVAL INFORMATION WARFARE SYSTEMSSAN DIEGO, CA, 92110-3127, USA

NAICS

Telephone Apparatus Manufacturing (334210)

PSC

COMM/DETECT/COHERENT RADIATION (58)
Timeline
    Description

    The Department of Defense, through the Naval Information Warfare Systems Command (NAVWAR), is preparing to issue a Request for Proposal (RFP) for a Wide Area Networks (WAN) Multiple Award Contract (MAC) to support the Program Executive Office for Command Control, Communications and Computers (PEO C4I) Program Manager, Warfare (PMW) 160. This procurement aims to secure a range of services and systems, including Automated Digital Network System (ADNS) and Enterprise Pier Connectivity Architecture (EPCA), which are critical for providing connectivity to the Fleet via wide-area tactical networks. The anticipated contract will be a Multiple Award Contract (MAC) Indefinite Delivery Indefinite Quantity (IDIQ) with an eight-year ordering period, utilizing a Firm Fixed Price (FFP) structure for various systems and upgrades. Interested parties should monitor the System for Award Management and NAVWAR E-Commerce Central for updates, and direct inquiries to Contract Specialist Andrea M. Cohn at andrea.m.cohn.civ@us.navy.mil or by phone at 619-208-1247.

    Point(s) of Contact
    Andrea M CohnContract Specialist
    (619) 208-1247
    andrea.m.cohn.civ@us.navy.mil
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Similar Opportunities
    TDM T-1 CIRCUITS
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NCTAMS LANT, is soliciting proposals for TDM T-1 circuits and related telecommunications services at various U.S. Navy locations, with a focus on the Naval Computer and Telecommunications Area Master Station Atlantic in Virginia. The procurement aims to secure leased telephony services, including basic dial-tone service, T1 point-to-point circuits, and Primary Rate Interface (PRI) circuits, with a high availability standard of 99.9% for the provided services. This initiative is critical for maintaining operational connectivity and ensuring the reliability of telecommunications infrastructure essential for government functions. Interested contractors, particularly Women-Owned Small Businesses, should direct inquiries to Robert Joas at robert.p.joas.civ@us.navy.mil or Angela Parker at angela.m.parker58.civ@us.navy.mil, with the performance period set from March 1, 2025, to February 28, 2026.
    Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Contract (MAC) for Outsourcing Work from Chief of Naval Operations (CNO) Availabilities on Fast Attack Submarines
    Buyer not available
    The Department of Defense, through the Department of the Navy, is issuing a solicitation for an Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Contract (MAC) aimed at outsourcing work from the Chief of Naval Operations (CNO) for availabilities on Fast Attack Submarines. This procurement seeks qualified contractors to provide shipbuilding and repair services, specifically focusing on combat ships and landing vessels, under the NAICS code 336611. The contract is particularly significant as it supports the operational readiness and maintenance of critical naval assets. Interested parties, especially small businesses, are encouraged to reach out to Angel Jaeger at angel.jaeger.civ@us.navy.mil or call 202-826-7081 for further details regarding the partial small business set-aside and submission requirements.
    PROVIDE, INSTALL, AND MAINTAIN AN UNPROTECTED TRANSPARENT LEASED 10GB WAVE DISA IE1 BACKBONE TRUNK BETWEEN THE DISA IE1 SWITCH BLDG 2700, RM A1001, 1280 W INTRUDER ST, NASWI, WA AND THE DISA IE1 SWITCH BLDG 891, RM 145, 7879 WARDLEIGH RD, HILL AFB, UT.
    Buyer not available
    The Department of Defense, through the Defense Information Systems Agency (DISA), is seeking contractors to provide, install, and maintain an unprotected transparent leased 10GB wave trunk between two military sites located at NAS Whidbey Island, WA, and Hill Air Force Base, UT. The project requires the establishment of a diverse fiber optic network with strict specifications, including a minimum separation of 50 meters from existing government service delivery points, and the use of single-mode fiber capable of supporting 10 Gbps transmission rates. This telecommunications infrastructure is critical for ensuring reliable and secure communications for government operations, with a service availability requirement of at least 99.5% and compliance with rigorous testing protocols. Interested vendors must submit their comprehensive price quotes by March 7, 2025, and ensure they meet the eligibility criteria, including a DITCO Basic Agreement, with the project completion deadline set for June 5, 2025. For further inquiries, potential bidders can contact Maxwell Jones or Dale Rupright via email at maxwell.s.jones.civ@mail.mil and dale.l.rupright.civ@mail.mil, respectively.
    PROVIDE, INSTALL, AND MAINTAIN AN UNPROTECTED TRANSPARENT LEASED 10GB WAVE DISA IE1 TRUNK BETWEEN THE DISA IE1 ODXC SWITCH BLDG 2700, RM A1001, 1280 W INTRUDER ST, NASWI, WA AND THE DISA IE1 SWITCH BLDG 6071, SWITCH RM, N 16TH AND COLORADO AVE, JBLM, WA.
    Buyer not available
    The Department of Defense, through the Defense Information Systems Agency (DISA), is seeking contractors to provide, install, and maintain an unprotected transparent leased 10GB wave trunk between two critical locations in Washington state: Whidbey Island Naval Air Station and Joint Base Lewis-McChord. The procurement requires contractors to ensure complete physical diversity from existing services, adhere to strict telecommunications standards, and deliver comprehensive technical documentation, including connectivity diagrams and performance metrics, to support mission-critical communications infrastructure. This initiative underscores the importance of reliability and security in government telecommunications, with a service deadline set for June 5, 2025. Interested parties should direct inquiries to Maxwell Jones or Dale Rupright via email for further details.
    WADS CNCC to MTC Infrastructure
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the WADS CNCC to MTC Infrastructure project, with a focus on acquiring fiber optic products and related telecommunications equipment. This procurement is aimed at Women-Owned Small Businesses (WOSB) and emphasizes firm-fixed pricing for essential items such as cable management systems, patch panels, and fiber optic connectors, which are critical for enhancing communication infrastructure at military facilities. The initiative reflects the federal commitment to modernizing telecommunications support in military operations while ensuring equitable opportunities for small businesses, particularly those owned by economically disadvantaged women and service-disabled veterans. Interested parties can reach out to the 194th Contracting Office at 194.wg.fal.msc.contracting@us.af.mil or contact Ramsey Millsap at 253-984-2399 for further details.
    Product Manager for Wideband Enterprise Satellite Systems
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking input from qualified vendors for the role of Product Manager for Wideband Enterprise Satellite Systems. This opportunity is categorized as a Sources Sought notice, indicating the Army's interest in gathering information on potential capabilities and solutions related to the management and development of wideband satellite systems. These systems are critical for enhancing communication capabilities and operational effectiveness within military operations. Interested parties are encouraged to reach out to the primary contact, Renee J. Bayton, at renee.j.bayton.civ@army.mil, or the secondary contact, Christopher Winfield, at christopher.m.winfield.civ@army.mil, for further details regarding this opportunity.
    Indefinite-Delivery/Indefinite-Quantity (IDIQ) Multiple Award Construction Contract (MACC) for facilities within the NAVAC Washington Area of Operations (AO) to include Washington DC (DC), Virginia (VA), and Maryland (MD)
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFACSYSCOM) Washington, is seeking qualified contractors for an Indefinite-Delivery/Indefinite-Quantity (IDIQ) Multiple Award Construction Contract (MACC) for facilities within the NAVAC Washington Area of Operations, which includes Washington D.C., Virginia, and Maryland. This procurement aims to support large-scale construction projects, with a maximum contract value of $8 billion, encompassing a two-year base period and up to two additional three-year option periods. The selected contractors will be responsible for various construction tasks, including the design and build of an Aircraft Development and Maintenance Facility at Naval Air Station Patuxent River, MD, emphasizing the importance of quality proposals that demonstrate management capabilities, corporate experience, and small business participation. Interested parties should contact Molly Lawson at molly.e.lawson.civ@us.navy.mil or 202-716-5845 for further details and to ensure compliance with submission requirements.
    7C20 - Data Center Products
    Buyer not available
    The Department of Defense, through the Department of the Navy's NAVSUP FLT LOG CTR NORFOLK, is seeking proposals for web-based user subscriptions that provide access to public data records and law enforcement data to support the NCIS Multiple Threat Alert Center (MTAC). This procurement aims to enhance the MTAC's mission of delivering 24/7 alerts regarding foreign intelligence, cyber, terrorist, and criminal threats to Department of the Navy assets and personnel. The services sought are critical for maintaining situational awareness and ensuring the safety of Navy operations. Interested vendors can reach out to Kevin James at 215-697-5149 or via email at Kevin.n.james1@navy.mil for further details regarding the solicitation.
    NAWCAD WOLF RAPID MAC SITE
    Buyer not available
    The Department of Defense, through the Naval Air Warfare Center Aircraft Division (NAWCAD), is seeking sources for the WOLF Rapid MAC Site, focusing on engineering services related to Command, Control, Communications, Computers, and Intelligence (C4I) System Integration Test and Evaluation. The procurement aims to identify qualified contractors who can provide essential operational assistance for C4I SITE systems aboard naval vessels, ensuring effective management of design changes and system upgrades while maintaining Navy operational readiness. This initiative is critical for enhancing combat readiness and supporting evolving military needs, with a total of 326,500 labor hours allocated across various engineering and managerial roles. Interested parties can contact Nicholas Suhosky at nicholas.a.suhosky.civ@us.navy.mil or 443-975-4933, or Carolyn Emmart at carolyn.a.emmart.civ@us.navy.mil or 240-587-9334 for further information.
    D--Hard-Wired Telecommunication
    Buyer not available
    Presolicitation notice from the Department of Defense, specifically the Department of the Navy, for hard-wire cable telecommunications services to various locations at U.S. Naval activities throughout the Hampton Roads area. The Hampton Roads area includes Williamsburg, VA, south to Chesapeake, VA. The services may be required in working spaces, living spaces, Navy Lodges, pier side, and dry-docks. This notice is not a request for competitive quotations, but all responsible sources may submit an offer. The complete Request for Proposal (RFP) package will be available for download on or about October 30, 2018, from the NECO Website. The North American Industry Classification System (NAICS) code for this acquisition is 517311 - Wired Telecommunications Carriers. Prospective contractors must be registered in the System for Award Management (SAM) Registration database prior to invoicing.