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
    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.
    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.
    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.
    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
    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.
    60--SWITCH,FIBER OPTIC
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Philadelphia, PA, is seeking to procure four units of a fiber optic switch, identified by NSN 7R-6021-016185545-P8 and reference number SCD7396-E. The procurement is necessitated by the unavailability of competitive data for this specific part, which cannot be economically obtained or adequately described for a competitive solicitation. This fiber optic switch is critical for maintaining the operational capabilities of military communications and network systems. Interested parties are encouraged to contact Keli Barish at (215) 737-3861 or via email at KELI.BARISH@DLA.MIL to express their interest and capability to fulfill this requirement, with a response deadline of 45 days from the notice publication date.
    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.
    CABLE ASSEMBLY, RADI
    Dept Of Defense
    The Department of Defense, specifically the Army Contracting Command at Redstone Arsenal, is soliciting proposals for a firm-fixed-price contract to manufacture 10 units of "CABLE ASSEMBLY, RADI" (NSN: 5995-01-618-5033, Part Number: 13646605-4). This procurement has transitioned from a 100% small business set-aside to a full and open competition, requiring Production Lot Testing (PLT) for all units, with a completion period of 60 days; Contractor First Article Testing (FAT) is not required, although waivers may be considered. The goods are critical for communication equipment applications within military operations, and proposals must be submitted via email to Tamela D. Riggs-Holman by January 7, 2026, following the issuance of the solicitation on November 25, 2025.
    Cable Installation
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for cable installation services at Malmstrom Air Force Base in Montana. The contract, designated as FA462626Q0001, encompasses the installation of Category 6 and Fiber Optic cables, including both with and without conduit, and is valued at an estimated total of $19 million over an initial five-year period from February 2, 2026, to August 30, 2030. This procurement is critical for maintaining and enhancing the communications infrastructure necessary for the operations of the 341st Missile Wing. Interested small businesses must submit their quotes by 2:00 PM MST on December 16, 2025, and can direct inquiries to Contract Administrator SrA Jeffrey Krieger at jeffrey.krieger@us.af.mil or Contracting Officer TSgt Joshua Crist at joshua.crist.1@us.af.mil.
    Fy26 Local and Long-Distance Telecommunication Services Renewal
    Dept Of Defense
    The Department of Defense, specifically the U.S. Air Force's 92d Contracting Squadron, is seeking proposals for the renewal of Local and Long-Distance Telecommunication Services at Fairchild Air Force Base in Washington. The procurement aims to provide essential telecommunications services that meet specific operational requirements outlined in the attached Statement of Work, including service quality, outage management, and compliance with government standards. This contract is critical for maintaining effective communication capabilities, particularly during emergencies, and is set aside exclusively for small businesses under NAICS code 517111. Proposals are due by December 18, 2025, at 10:00 AM PST, with past performance questionnaires required by December 16, 2025, at 1:00 PM PST. Interested parties can contact Michael Salone at michael.salone@us.af.mil or 509-247-8082 for further information.
    MIFI Service for USAHRC & SFLTAP
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking services related to the MIFI (Mobile Internet for Families Initiative) for the U.S. Army Human Resources Command (USAHRC) and the Soldier for Life Transition Assistance Program (SFLTAP). The procurement aims to provide IT and telecom network services, as detailed in the attached Justification for Exception to Fair Opportunity (JEFO). These services are crucial for enhancing connectivity and support for transitioning soldiers and their families. Interested vendors can reach out to Tonia Jackson at tonia.k.jackson.civ@army.mil or JoDeen M. Cuffe, the Contracting Officer, at jodeen.m.cuffe.civ@army.mil for further information regarding this opportunity.
    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.
    Cisco Ethernet and Passive Optical Transport System Class J&A
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking to procure Cisco brand-name Ethernet and Passive Optical Transport System (POTS) equipment for the Air Force Life Cycle Management Center (AFLCMC) at Wright-Patterson Air Force Base. This procurement involves out-of-band transport switches, Ethernet switches, and related management and monitoring hardware/software, with an estimated cost of $12 million. The justification for limiting the sources to Cisco is based on the existing infrastructure and the need to avoid significant cost duplication and delays that would arise from using alternative brands, ensuring compatibility and interoperability within the Air Force's network. For further inquiries, interested parties can contact Travis Hoefler at travis.hoefler@us.af.mil or Richard T. Saltsman at richard.saltsman@us.af.mil.
    Cable Assembly, SPEC
    Dept Of Defense
    The Department of Defense, specifically the Army Contracting Command at Redstone Arsenal, is soliciting proposals for a Firm Fixed Price contract to procure 10 units of Cable Assembly, SPEC (NSN: 6150-01-605-2266, Part Number: 13646597). This solicitation has transitioned from a 100% Small Business Set-Aside to a Full and Open competition, reflecting the importance of these cable assemblies in supporting military operations and equipment. Contractors are required to adhere to stringent quality standards, including compliance with ANSI/J-STD-001 Class 3 for soldering and the implementation of a Lead Free Control Plan, among other provisions outlined in the attached documents. Proposals must be submitted electronically by January 5, 2026, to Tamela Riggs-Holman at tamela.d.riggs-holman.civ@army.mil, with the solicitation documents available for review to ensure compliance with all requirements.