Fiber Optic Wide Area Network (FOWAN) Transmission Node Upgrades
ID: W91CRB25R5014Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK ACC-APGABERDEEN PROVING GROU, MD, 21005-5001, USA

NAICS

Other Electronic Component Manufacturing (334419)

PSC

FIBER OPTIC DEVICES (6030)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Mar 20, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 21, 2025, 12:00 AM UTC
  3. 3
    Due May 6, 2025, 4:00 PM UTC
Description

The Department of Defense, specifically the U.S. Army Communications-Electronics Command, is soliciting proposals for the Fiber Optic Wide Area Network (FOWAN) Transmission Node Upgrades under Foreign Military Sales for the Royal Jordanian Air Force. This procurement aims to enhance the efficiency, flexibility, and scalability of the existing fiber optic network by providing a comprehensive solution that includes design, installation, integration, testing, and training services. The project is critical for modernizing the Jordanian military's communication capabilities and ensuring interoperability with existing systems, with a performance period not exceeding 18 months post-award. Interested small businesses must submit their proposals electronically by April 22, 2025, and can direct inquiries to Contract Specialist Nathalie C. Nguyen at nathalie.nguyen2.civ@army.mil.

Files
Title
Posted
The document outlines the Contract Data Requirements List (CDRL) for the Fowan Upgrade, detailing specific deliverables required under the contract. Each data item includes titles, definitions, submission requirements, and approval guidelines. Key components of the report include the Integrated Master Schedule, Status Report, and Operations Security Plan. Contractors are expected to submit formats electronically, typically using Microsoft Office products unless otherwise approved. Initial drafts are to be submitted within specified time frames post-contract award, with subsequent revisions incorporating government feedback. Specific deadlines for deliverables, including the final submission of warranties and documentation, vary, emphasizing the need for timely communication and compliance with government review processes. The CDRL emphasizes the importance of accurate reporting and documentation to ensure effective program management and contract performance. This comprehensive structure supports effective oversight and clarity in contractual obligations within the context of government contracts, aligning with typical requirements for federal grants and procurement activities.
Apr 21, 2025, 4:06 PM UTC
This government document details the submission requirements for a Request for Proposal (RFP) related to communication equipment and associated services. Vendors must complete pricing information for various Contract Line Item Numbers (CLINs), including equipment, maintenance support, and training. Specific CLINs detail the required items, such as the main platform equipment, daughter equipment, power equipment, and a network management system, along with service requirements for program management and logistics support. The document outlines the need for vendors to provide quantity, unit price, and lead time for each item listed. Additionally, the vendor information section requires key details like point of contact, CAGE code, UEI, and tax ID. Emphasis is placed on calculating an extended price automatically based on inputs from the vendor. The structure includes a cover page with vendor information, followed by CLIN item descriptions, quantities, and pricing columns structured for ease of completion. Ultimately, this document aims to facilitate an organized and standardized bidding process for essential communication infrastructure and services within comprehensive guidelines established by federal and state regulations.
Apr 21, 2025, 4:06 PM UTC
The document outlines a list of vendor questions and answers regarding a Combined Synopsis and Solicitation for a military equipment project in Jordan. The key points include clarification on the number of sites (25 sites and 2 NMS locations), payment terms (vendors can submit for payment upon delivery and acceptance of equipment), and training requirements. It specifies that contractors must be registered with the DDTC, and that U.S.-based vendors must comply with U.S. operational security training. Additionally, training materials will be provided only in English, and all relevant events like the Critical Design Review (CDR) and Factory Acceptance Test (FAT) must be conducted in the U.S. No additional time will be granted for equipment delivery, as the performance period is fixed at 18 months. Overall, the document serves to clarify contractual obligations and requirements for potential vendors in the context of military support services.
The document is a compilation of vendor questions and answers related to a Combined Synopsis and Solicitation for equipment and systems to be delivered to Jordanian military bases. It clarifies key aspects of the procurement process, including the required number of sites (25) and NMS locations (2), payment processes upon equipment delivery, and the necessity for specific training for U.S. vendors. The document addresses concerns regarding equipment sourcing, including compliance with U.S. security regulations, training materials being only in English, and constraints on where certain project milestones (like the Critical Design Review) can occur. Maintenance terms are defined, specifying a base contract of 12 months following delivery, with an option for an additional 12 months. Significant details include limitations on partial shipments, the non-removal of certain brand name requirements (specifically Ciena products), and questions regarding the technical specifications for network upgrades. The document is structured as a straightforward Q&A, providing clarity on the previously listed solicitation items. Overall, it aims to facilitate understanding of the requirements and processes for potential vendors participating in the project.
The Performance Work Statement (PWS) outlines the requirements for upgrading the Fiber Optic Wide Area Network (FOWAN) transmission nodes for the Royal Jordanian Air Force (RJAF). Tasked by the United States Army Communications-Electronics Command, the initiative seeks to enhance network efficiency, flexibility, and scalability while integrating modern technologies. The project includes procuring materials and services under a Firm-Fixed Price contract, which encompasses design, installation, integration, testing, training, and support for the RJAF's operational needs. Key requirements involve a complete solution for the transmission node upgrades, including interoperability with existing systems, development of technical documentation, rigorous testing phases (Factory Acceptance, Site Acceptance, and System Acceptance), and comprehensive training for RJAF personnel. The contractor is responsible for quality assurance, logistics support, and compliance with military and commercial standards. The project's duration is limited to 18 months post-award, with a clear structure for responsibilities among the contractor and Jordanian authorities, ensuring thorough oversight throughout the process. This initiative emphasizes a collaborative approach to bolster the capabilities of the Jordanian Armed Forces in utilizing their existing fiber optic infrastructure efficiently.
The System Requirements Document outlines the specifications for the upgrade of the Royal Jordanian Air Force's (RJAF) Fiber Optic Wide Area Network (FOWAN) transmission nodes with support from the United States Army Communication-Electronics Command. The aim is to enhance network efficiency, scalability, and flexibility while reducing operational costs. Key objectives include improving bandwidth, minimizing latency, and ensuring high reliability. The document details the modular architecture of the new transmission nodes, required client interfaces, and advanced network management capabilities. It emphasizes the importance of supporting both existing and future network demands, with standards aligned with military and commercial requirements. Phased implementation will facilitate upgrades across twenty-five identified sites, focusing on both current needs and future scalability options. This summary encapsulates the purpose of upgrading the RJAF's network to maintain operational capabilities while adapting to technological advancements, ensuring interoperability with existing systems, and committing to long-term support and reliability in network management.
This document outlines the Fiber Optic Wide Area Network Transmission Node upgrades for the Royal Jordanian Air Force (RJAF). It details the various fiber tests, equipment, and specifications involved in upgrading the transmission nodes, emphasizing the need for improved connectivity and performance of the existing fiber links. Annex A presents fiber loss measurements and testing methods, highlighting the significant historical cuts and deterioration of older cables, particularly those installed in the 1990s. Annex B provides optical time-domain reflectometer (OTDR) test results and recommendations for future enhancements, while Annex C outlines the general traffic capabilities of the network, including existing and reserved client interfaces and potential future expansions. Additional annexes detail standards that the network will support, ensuring compliance with international telecommunications guidelines. This project underscores the United States Army’s efforts in bolstering the operational readiness and technological infrastructure of the RJAF, reflecting a commitment to military cooperation and modernization in support of regional security initiatives.
Apr 21, 2025, 4:06 PM UTC
The FOWAN Upgrade Performance Work Statement (PWS) outlines the requirements for enhancing the Fiber Optic Wide Area Network (FOWAN) for the Royal Jordanian Air Force (RJAF) under a Firm-Fixed Price (FFP) contract. The U.S. Army Communications-Electronic Command (USCECOM) will collaborate with RJAF to implement a scalable and efficient transmission node upgrade project aimed at optimizing their network capabilities while minimizing operational costs. The Contractor is responsible for providing all necessary equipment, services, training, and compliance with U.S. military standards, as well as managing logistics from procurement to installation. Key elements include a period of performance not exceeding 18 months, requirements for technical compliance, robust safety protocols, and the provision of maintenance support post-installation. Additionally, thorough testing and verification processes—such as Factory Acceptance Tests and System Acceptance Tests—are mandated to ensure the system meets operational requirements prior to final acceptance by the government. The PWS emphasizes confidentiality concerning sensitive information related to Jordan’s national security and requires adherence to contractual obligations throughout the project lifecycle. This document aligns with government contracting practices emphasizing efficiency, compliance, and international cooperation in defense capabilities enhancement.
The U.S. Army Contracting Command is soliciting proposals (RFP W91CRB25R5014) for Fiber Optic Wide Area Network (FOWAN) Transmission Node Upgrades under Foreign Military Sales for Jordan. This combined synopsis/solicitation details the procurement of commercial items and associated services, emphasizing compliance with FAR provisions and operational security requirements. Offerors must deliver proposals that include a technical plan adhering to the Performance Work Statement (PWS) and System Requirements Document (SRD), a comprehensive itemized bill of materials, a preliminary project schedule, and proof of relevant technician certifications. The evaluation will follow a Lowest Price Technically Acceptable (LPTA) methodology, focusing on price and technical compliance. The government seeks a firm-fixed price contract, explicitly set aside for small businesses. Proposals must be submitted electronically by April 22, 2025, with all relevant details provided in a specific format. The document outlines critical timelines for hardware delivery, service completion, and maintenance support, indicating the government’s systematic approach to evaluating and awarding contracts while navigating a transition to new contract writing systems.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
Fiber Optic Cables
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking contractors to rebuild four fiber optic cables for the 580th Software Engineering Squadron (SWES) at Robins Air Force Base in Georgia. The contractor will be responsible for managing, manufacturing, and delivering these cables according to specified technical designs, as the existing cables have become compromised due to system updates. This procurement is crucial for maintaining effective communication systems within the military infrastructure. Interested vendors must register in the Joint Certification Program (JCP) to access bidset documents and submit their quotes by May 2, 2025, at 12:00 PM EST, with delivery expected within 60 days post-award. For further inquiries, vendors can contact Adam Hudson at adam.hudson.4@us.af.mil or Teresa Duval at teresa.duval@us.af.mil.
Microwave Line of Sight Field Service Representative
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking proposals for a contract titled "Microwave Line of Sight Field Service Representative" to provide essential support services for military operations in Kuwait. The contract requires qualified vendors to supply personnel, equipment, and services to ensure effective communication and data exchange, with a focus on maintenance, logistics, and technology refreshment for the Microwave Line of Sight program. This initiative is critical for enhancing operational capabilities and ensuring seamless communication for U.S. military operations, particularly in support of CENTCOM. Interested parties must submit their proposals by April 30, 2025, with inquiries due by April 23, 2025, and can contact Chelsea M. Ng at chelsea.m.ng.civ@army.mil or Charles L. Friend at charles.l.friend.civ@army.mil for further information.
RFI - Fiber Optics Test Kit
Buyer not available
The Department of Defense, specifically the Department of the Army, is issuing a Request for Information (RFI) to identify potential vendors capable of supplying a Fiber Optic Test Kit that meets specified minimum requirements. This procurement aims to acquire a portable testing set designed for tier 1 fiber certification, which must include features such as the ability to test both multimode and single-mode fibers, a rapid testing speed, and compliance with telecommunications standards. The RFI serves as a preliminary step to assess market capabilities and does not guarantee future procurement; interested vendors are encouraged to submit their capabilities by April 23, 2025, and may direct inquiries to the primary contact, Melissa Hoffman, at melissa.hoffman4.civ@mail.mil or by phone at 570-615-8742.
60--SWITCH,FIBER OPTIC
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking to procure three units of fiber optic switches under a presolicitation notice. The procurement involves the National Stock Number (NSN) 7R-6021-016185545-P8, with delivery terms set as FOB Origin, indicating that the contractor will bear the shipping costs until the goods are delivered. These fiber optic switches are critical components for enhancing digital network capabilities within military operations. Interested parties are encouraged to express their interest and capability to fulfill this requirement within 45 days of the notice, with proposals being accepted for consideration. For further inquiries, potential bidders can contact Carolyn A. Clark at (215) 697-1073 or via email at CAROLYN.A.CLARK30.CIV@US.NAVY.MIL.
Fiber Optic Measurement System
Buyer not available
The Department of Defense, specifically the Naval Surface Warfare Center, is seeking information from potential sources capable of providing a Fiber Optic Measurement System (FOMS) as outlined in the attached Statement of Work (SOW). The procurement aims to acquire Test and Measurement Diagnostic Equipment (TMDE) that meets stringent performance metrics, including specifications for electrical power, environmental limits, and compatibility with standard digital control interfaces, which are critical for advanced fiber optic measurement capabilities in Navy laboratories. Interested parties are invited to submit a Capability Statement detailing their qualifications, estimated pricing, and lead times by April 28, 2025, to procurement specialist Taylor O'Neal at taylor.a.oneal7.civ@us.navy.mil, referencing Sources Sought Notice N6426725R1008A in the subject line. This notice is for informational purposes only and does not constitute a solicitation or commitment by the Government.
Family of Basebands
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking information regarding the procurement of small form factor, modular, and scalable edge computing solutions under the initiative titled "Family of Basebands." The objective is to identify technologies that support transport cloud applications utilizing low-latency, high-throughput links, which are essential for operations conducted On-the-Move (OTM) and At-the-Quick-Halt, in alignment with the Next Generation Command and Control (NGC2) requirements. This initiative emphasizes the need for innovative solutions that enhance operational efficiency in dynamic environments, with a focus on modular open systems architecture and transport capabilities. Interested parties are encouraged to submit their responses to the Request for Information (RFI) by May 21, 2025, and may direct inquiries to Tiffany Conway at Tiffany.L.Conway2.civ@army.mil or Jolene Sloley at Jolene.M.Sloley.civ@army.mil by May 7, 2025.
Fiber Optic Cable Installation for Bldg 2166
Buyer not available
The Department of Defense, through the 92d Contracting Squadron, is soliciting quotes for the installation of fiber optic cable for Building 2166 at Fairchild Air Force Base, Washington, under solicitation number FA462025QA940. The project requires the contractor to engineer, furnish, install, and test a new 6-strand single-mode fiber optic cable connecting Building 2166 to Building 2248, adhering to federal telecommunications standards and safety regulations. This procurement is a total small business set-aside, emphasizing the importance of small business participation in federal contracting, with a proposal due date extended to May 12, 2025. Interested contractors should contact Mimi Robertson Lake at mimi.robertsonlake@us.af.mil or Patrick Rangel at patrick.rangel@us.af.mil for further inquiries.
60--SWITCH,FIBER OPTIC
Buyer not available
The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Weapon Systems Support, is seeking to procure 18 units of a Fiber Channel Network Switch, specifically part number 3238200-201. This procurement is intended to fulfill a sole-source requirement, as the government plans to negotiate with only one source under FAR 6.302-1, emphasizing the critical nature of this equipment for military operations. The selected vendor will be responsible for delivering the specified quantity of switches, with delivery terms set to FOB Origin. Interested parties are encouraged to express their interest and capabilities within 45 days of the notice, and should direct inquiries to Stacey Ryan at NAVSUP via email at stacey.ryan@navy.mil or by phone at (215) 697-1255.
Repair of NIIN 016185545
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the repair of one unit of NIIN 016185545, part number SCD7396-E, intended for Foreign Military Sales to the United Kingdom. This procurement focuses on the repair services related to fiber optic cable manufacturing, which is critical for maintaining effective communication and operational capabilities within military operations. Interested parties are encouraged to submit their capability statements, proposals, or quotations for consideration, and any inquiries should be directed to Kelly Gipson at kelly.a.gipson2.civ@us.navy.mil or by telephone at 215-697-4787.
TC Jumbo Switch
Buyer not available
The Department of Defense, through the Department of the Air Force's 5th Contracting Squadron at Minot Air Force Base, is seeking proposals for the rental of a TC3800 series JumboSwitch. This procurement is specifically aimed at small business concerns and includes various telecommunications equipment designed to operate in high-temperature environments, such as Ethernet SFP cards and JumboSwitch card cages. The solicitation, numbered F3C1PS5084AW02, has a proposal deadline of April 28, 2025, with questions due by April 21, 2025, and all quotes must remain valid until September 30, 2025. Interested parties can contact Christian M. Etner at christian.etner@us.af.mil or SrA Jalen Dillard at Jalen.Dillard.1@us.af.mil for further information.