10 SOPS Juniper Hardware Sustainment
ID: FA255025Q0014Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA2550 50 CONS PKPSCHRIEVER SFB, CO, 80912-2116, USA

NAICS

Electronic Computer Manufacturing (334111)

PSC

IT AND TELECOM - NETWORK: ANALOG VOICE PRODUCTS (HARDWARE AND PERPETUAL LICENSE SOFTWARE) (7G20)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the procurement of Juniper hardware and maintenance services for the 10th Space Operations Squadron (10 SOPS). This requirement includes the acquisition of 26 units of the Juniper CTP151 system, along with necessary power cables, interface modules, and support services, aimed at replacing aging equipment to enhance operational capabilities. The procurement emphasizes compliance with federal regulations, including the Buy American Act, and supports the government's initiative to promote diversity by encouraging participation from Women-Owned Small Businesses (WOSB). Interested contractors can reach out to Cheri Kuzio at cheri.kuzio@spaceforce.mil or 719-567-2715 for further details, with proposals due in accordance with the solicitation timeline outlined in the associated documents.

    Files
    Title
    Posted
    The document outlines an Independent Government Estimate for the procurement of Juniper CTP hardware sustainment, prepared by the 10th Space Operations Squadron (10 SOPS). It specifies the required items, including 26 units of the Juniper CTP151 system, power cables, interface modules, and support services, detailing their respective quantities. Notable components include the Juniper Care Core Plus Support for CTP151-AC and a single unit of Juniper Government Advanced Care Plus. The total estimated product cost is currently left blank, indicating that a precise budget has yet to be finalized. This structured request aligns with federal processes for acquiring essential hardware and services, ensuring continued operational capability and maintenance support for Juniper systems utilized by government entities. Overall, this estimate exemplifies standard practices within government solicitations and procurement frameworks.
    The document titled "Sole Source (Including Brand Name) Justification - Simplified Procedures for Certain Commercial Items" serves to outline the guidelines and requirements for the sole-source procurement process within government contracting. It emphasizes the use of simplified procedures for acquiring specific commercial items directly from a single vendor due to unique capabilities or brand-name requirements. The document underscores the rationale behind such purchases, highlighting instances where competitive bidding may not be feasible or practical. It also addresses compliance with federal regulations while ensuring transparency in the procurement process. The goal is to facilitate efficient purchasing while maintaining accountability and adherence to established procurement laws. In context, this document is vital for federal agencies, as it provides a framework for justifying and documenting sole-source acquisitions, thereby promoting sound fiscal management and operational effectiveness in government contracting endeavors.
    The provided document is a Women-Owned Small Business (WOSB) solicitation for the procurement of commercial products and services, specifically related to Juniper hardware and maintenance for the 10 Space Operations Squadron. It outlines the requirements for potential contractors, including a detailed schedule of supplies, quantities, and delivery expectations necessary for fulfilling the acquisition. The contract includes various clauses incorporated by reference from the Federal Acquisition Regulation (FAR) that govern compliance, payment processes, and subcontracting practices. The document specifies the delivery details for several Juniper products, with an emphasis on adherence to government regulations and detailed requirements surrounding payment processing through the Wide Area Workflow (WAWF) system. It underscores the commitment to supporting women-owned businesses and the importance of compliance with various federal regulations and clauses. This acquisition highlights the government's efforts to promote diversity in contracting while ensuring compliance with standards and procedures.
    The document outlines a Request for Proposal (RFP) for the sustainment of Juniper CTP hardware by the 10th Space Operation Squadron (10 SOPS). This initiative arises from the need to replace aging Juniper CTP2024 equipment with the newer CTP151 model, which offers lower maintenance costs. The RFP requires the provision of specific hardware items, including 26 units of the CTP151 system, power cables, interface modules, and support services. All items must be new from authorized partners, comply with the Buy American Act, and adhere to stringent information assurance standards. Technical support from Juniper Networks is mandated, ensuring 24/7 access and additional services such as return-to-factory repair. The deliverables are expected within 60 days of the order release, with shipments directed to a designated military facility in California. The document serves to facilitate efficient procurement while ensuring compliance with federal regulations and enhancing operational capability within 10 SOPS.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    JNWC HP Cables
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting quotes for high power cables and associated connectors under solicitation number FA9401-25-Q-0013. This procurement aims to fulfill a requirement from the Air Force Joint Navigation Warfare Center for 58 coaxial cables and 40 connectors, such as 7/16 DIN and N-type, designed to transmit high-frequency signals under extreme environmental conditions. The initiative is set aside 100% for small businesses within the Fiber Optic Cable Manufacturing sector (NAICS 335921), reflecting the Air Force's commitment to sourcing innovative solutions from the small business community. Interested vendors must submit their quotes via email by March 19, 2025, and ensure compliance with the technical specifications outlined in the Statement of Work, with evaluations based on technical acceptability and pricing. For further inquiries, vendors can contact Amanda Decker, Rachel Copeland, or Anna Hartkopp via their provided emails.
    Bayfield Redundant Circuit Components
    Buyer not available
    The Department of Defense, through the United States Space Force, is conducting a Sources Sought announcement to identify potential suppliers for Cisco brand or equivalent circuit components for Peterson Space Force Base in Colorado. The procurement aims to gather information on vendors' capabilities to deliver specific Cisco products, including components from the Cisco Catalyst 8500 Series, which are crucial for enhancing the base's IT infrastructure. Interested suppliers must respond by 3:00 PM Mountain Time on March 18, 2025, providing details on their business classification and product compatibility, with the expectation of a 30-day delivery timeline post-contract award. For inquiries, vendors may contact Cayce Moses at cayce.moses@spaceforce.mil or SrA Dobhriste at cristina.dobhriste.1@spaceforce.mil.
    Sources Sought for Support Equipment, Spares, Services, and Installation Construction Associated with Commercially Off-The-Shelf (COTS) Mobile Off-Grid Robotic Telescope Observatories
    Buyer not available
    The Department of Defense, through the Department of the Air Force's Space Systems Command, is seeking responses from small businesses for support equipment, spares, services, and installation related to commercially off-the-shelf (COTS) mobile off-grid robotic telescope observatories. This initiative aims to enhance space domain awareness and international partnerships by utilizing advanced optical systems for satellite observation, with a focus on both CONUS and OCONUS operations, particularly in regions like South America and Africa. The project is part of a broader strategy to improve military capabilities and foster collaboration, with interested parties required to submit their responses by March 25, 2025, to the primary contact, Keith Brandner, at keith.brandner@spaceforce.mil, or the secondary contact, Melina Monroy-Szita, at melina.monroy-szita@spaceforce.mil.
    DelTV ThinkLogical
    Buyer not available
    The Department of Defense, specifically the 21st Contracting Squadron at Peterson Space Force Base, is conducting a sources sought notice to gather information from potential providers of ThinkLogical DelTV products. The procurement aims to assess market capabilities for various modular chassis and transmitter modules, totaling 22 units, which are essential for enhancing operational capabilities within the Air Force. Interested vendors are requested to provide details on delivery timelines, alternative NAICS codes, contract vehicle information, warranty specifics, and company certifications by December 11, 2024. Responses should be directed to the designated contacts, Aaron Smith and Amanda Davidson, via the provided email addresses.
    Protected Tactical Enterprise Service (PTES) Protected Tactical Waveform over Commercial (PTWoC) Joint Hub Variant Technical Capability Sources Sought RFI
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking information on technical capabilities related to the Protected Tactical Enterprise Service (PTES) and the Protected Tactical Waveform over Commercial (PTWoC) Joint Hub Variant through a Sources Sought notice. The procurement aims to enhance satellite communication systems, focusing on the Joint Hub Variant (JHV) and Mission Management System (MMS) for Multi-Orbital (MEO) and Geostationary (GEO) configurations, while ensuring compliance with cybersecurity standards outlined in the Risk Management Framework (RMF). This initiative is crucial for improving operational readiness and communication capabilities within military operations, emphasizing robust cybersecurity measures and adherence to established military standards. Interested parties can reach out to Scott Lucas at scott.lucas.1@spaceforce.mil or call 310-653-3857 for further information.
    Operational Command and Control & Battle Management System supporting the Space Tasking & Joint Targeting Cycles
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is conducting a Sources Sought request for information regarding an Operational Command and Control & Battle Management System to support the Space Tasking and Joint Targeting Cycles. The objective is to identify commercial technologies that can deliver a unified Operational Command and Control (Ops C2) solution, facilitating planning, tasking, and decision-making for military space operations at various echelons. This initiative is crucial for adapting to the evolving demands of space operations and ensuring effective command and control across multiple classification levels. Interested parties should submit their responses by March 24, 2025, at 1200 Pacific Time, and can contact Byron Irving at byron.irving@spaceforce.mil or Tyler Dalton at tyler.dalton@spaceforce.mil for further information.
    Operational Test and Training Infrastructure (OTTI) Commercial Solutions Opening (CSO)
    Buyer not available
    The U.S. Space Force is issuing a Commercial Solutions Opening (CSO) for the Operational Test and Training Infrastructure (OTTI) to solicit innovative commercial products and technologies aimed at enhancing space testing and training capabilities. The procurement focuses on augmenting existing range control software for orbital operations, requiring solutions that interface with various services and are compatible with multiple software applications across different platforms, particularly within a Linux RHEL8 OpenStack cloud environment. This initiative is critical for bridging capability gaps and advancing technological innovations in the realm of national defense, particularly in areas such as Electro-Optical solutions and synthetic training environments. Interested parties should direct inquiries to Crystal Price at crystal.price.6@spaceforce.mil or Cassie DeBree at cassie.debree@spaceforce.mil, with submissions evaluated through a phased process that includes a PowerPoint briefing and white paper, ultimately leading to potential contract awards based on merit and budget availability.
    Military Satellite Communications (MILSATCOM) Satellite Operations and International Partners Support (SATOPS) II
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking sources for the Military Satellite Communications (MILSATCOM) Satellite Operations and International Partners Support (SATOPS) II contract. This procurement aims to provide non-personal services to support the Combat Forces Command, Space Delta 8, focusing on various tasks such as terminal and modem certification, international agreements support, and project management. The contractor will play a crucial role in ensuring operational effectiveness and compliance with military standards while facilitating collaboration with U.S. military and international partners. Interested parties can reach out to Haley Hogue at haley.hogue.1@spaceforce.mil for further information regarding this opportunity.
    IT EQUIPMENT
    Buyer not available
    The Department of Defense, specifically the Air Force Test Center, is seeking quotes for IT equipment under Solicitation Number FA2823-25-Q-A010, with a focus on small business participation. The procurement aims to acquire multi-purpose electronic devices that comply with various technical and security standards, including Information Assurance and energy efficiency, while ensuring that only new, Commercial-Off-The-Shelf (COTS) products are considered. This initiative is critical for enhancing the operational capabilities of the Air Force, with a firm-fixed price purchase order expected to be awarded based on the lowest priced, responsible offeror. Interested vendors must submit their quotes by the specified deadline and can contact Naomi Letting or Brittany Linthicome for further information.
    VersaSync Portable GPS M-Code Receiver
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the procurement of the VersaSync Portable GPS M-Code Receiver, a critical component for secure and accurate timekeeping in defense applications. The procurement includes two specific items: the Safran VersaSync (Rubidium Oscillator) and the Safran Versa Evaluation Kit, with a total quantity of two units required. These devices are essential for maintaining precise synchronization across various communication networks, particularly in environments where GNSS signals may be compromised. Interested vendors must submit their quotes in accordance with the provided solicitation documents, with a focus on meeting technical specifications and offering the lowest price for technically acceptable proposals. For further inquiries, potential bidders can contact Amber Marshall at amber.marshall.4@us.af.mil or Odalys Molina at odalys.molina@us.af.mil, with a delivery timeline of approximately 20 weeks post-award.