NAF FSS Commercial Network
ID: FA520526QB002Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA5205 35 CONS PKAPO, AP, 96319-5201, USA

NAICS

Telephone Apparatus Manufacturing (334210)

PSC

IT AND TELECOM - NETWORK: DIGITAL NETWORK PRODUCTS (HARDWARE AND PERPETUAL LICENSE SOFTWARE) (7G21)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Defense, through the 35th Contracting Squadron at Misawa Air Base, Japan, is seeking quotations for the procurement of HPE Aruba Networking equipment as part of the NAF FSS Commercial Network initiative. This solicitation includes a range of networking hardware such as switches, access points, transceivers, and EdgeConnect devices, along with associated warranty services and shipping to Japan. The equipment is crucial for establishing a robust and secure network infrastructure, enhancing operational capabilities at the base. Quotes are due by 1300 JST on October 28, 2025, and will be evaluated on an all-or-none basis, focusing on technical acceptability and price. Interested vendors can contact Alexander Holliday at alexander.holliday@us.af.mil or Miriam Martinez at miriam.martinez.3@us.af.mil for further information.

    Files
    Title
    Posted
    The provided government file outlines a comprehensive procurement list for networking equipment and related services, likely for a federal, state, or local government entity. The bulk of the items consists of HPE Aruba Networking hardware, including various switches (CX 8100, 6000, 6100 series), outdoor and unified access points (AP-565, AP-505), and transceivers. The procurement also includes mounting kits for access points and EdgeConnect devices with associated maintenance and subscription licenses for dynamic threat defense and on-premise usage, valid for five years. Furthermore, the list details one-year next-business-day exchange services for the switches and access points, power cords, and a specific entry for FedEx Shipping and Handling to Japan, indicating an international deployment or a vendor location. This list suggests an upgrade or establishment of a robust, secure, and modern network infrastructure.
    The document is a Single Source Justification (Simplified Acquisition) form from November 2018. It addresses the rationale for a single-source or brand-name purchase, specifically noting that despite a brand name requirement, sufficient competition is anticipated. Section E outlines steps to preclude future single-source awards, emphasizing clarification from AFSVC regarding the necessity of a specific brand and proposing further training for customers to utilize different models/brands if alternatives exist. Section F contains the Contracting Officer's Determination, affirming that a single source is reasonably available for this contract action in accordance with FAR 13.106-1(b)(1).
    The 35th Contracting Squadron at USAF Misawa Air Base, Japan, issued Request for Quotation FA520526QB002 for a NAF FSS Commercial Network. This solicitation is for a full and open competition to procure HPE Aruba Networking equipment, including switches, access points, transceivers, and EdgeConnect devices, along with associated services and shipping to Japan. Quotes are due by 1300 JST on October 28, 2025. Award will be made on an all-or-none basis to the offeror providing the best value, based on technical acceptability and price. The document outlines detailed clauses for non-appropriated fund purchases, covering legal status, claims, protests, appeals, representations, advertisements, record examination, indemnification, insurance, procurement integrity, assignments, termination, changes, social responsibility, labor standards, inspection, commercial terms, taxes, invoices, governing law, sustainability, proof of shipment, quantity variations, partial deliveries, payments, discounts, debarment/suspension, travel, minimum wage, paid sick leave, and prohibitions on certain telecommunications equipment and PFAS substances.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    MCP-LAK-Data -Network Switch Equipment for ATC Dining Classroom Facility #3
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking procurement of network switch equipment for the ATC Dining Classroom Facility 3. This acquisition is in accordance with the LOM and aims to enhance the facility's IT and telecom capabilities, particularly in digital network products. The equipment is crucial for ensuring efficient communication and operational functionality within the facility. Interested vendors can reach out to SrA Brian Chambers at brian.chambers.5@us.af.mil or MSgt Alex Nieves Alvarez at alex.nievesalvarez@us.af.mil for further details regarding the procurement process.
    Cisco Ethernet and Passive Optical Transport System Class J&A
    Buyer not available
    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.
    HAB: Post office Space
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP FLT LOG CTR PUGET SOUND, is soliciting quotes for the provision of post office space in Japan. This procurement is part of a total small business set-aside initiative, aimed at supporting small businesses in the institutional furniture manufacturing sector, as indicated by the NAICS code 337127. The goods and services sought are crucial for the operational efficiency of military logistics and communication within the region. Interested vendors should direct their quotes to Lily Nguyen at lily.nguyen@navy.mil, referencing the solicitation attached to the pre-solicitation notice posted on November 24, 2025.
    Sollars ES HVAC Upgrades, Misawa Air Base, Japan
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, Japan District, is conducting market research for the "Sollars ES HVAC Upgrades" project at Misawa Air Base, Japan. This Design-Bid-Build (DBB) requirement aims to upgrade the existing heating system and add full cooling capabilities across five buildings, including extensive mechanical and electrical work, structural modifications, and site improvements. The project is significant for enhancing operational efficiency and comfort within the facilities, with an estimated contract value between ¥2,500,000,000 and ¥10,000,000,000. Interested local firms must respond by December 18, 2025, and are encouraged to contact Ryan Marzetta or Jennifer Knutson for further details.
    Roads/Pavements & Misc. Civil Work Indefinite- Delivery/Indefinite-Quantity (IDIQ) Contract, Misawa Air Base, Japan
    Buyer not available
    The Department of Defense is seeking contractors for an Indefinite-Delivery/Indefinite-Quantity (IDIQ) contract for Roads/Pavements and Miscellaneous Civil Work at Misawa Air Base, Japan. The contract will involve the repair, maintenance, and construction of pavement structures, including roads, parking lots, and related civil work, within a 40 km radius of the base, excluding specific areas like the MAB Airfield. The contract has a guaranteed minimum value of ¥300,000 and a maximum limit of ¥1,500,000,000, with the solicitation expected to be issued on or after January 16, 2026. Interested parties must register in the System for Award Management (SAM) and ensure compliance with Japanese regulations; for inquiries, contact Mayumi Ozawa at mayumi.ozawa.jp@us.af.mil or Kazuaki Kawahara at kazuaki.kawahara.jp@us.af.mil.
    MIFI Service for USAHRC & SFLTAP
    Buyer not available
    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.
    Aruba Network Hardware
    Buyer not available
    The Government Accountability Office (GAO) is seeking to procure Aruba Network Hardware through a sole-source justification to Hewlett Packard Enterprise Company (HPE) under the NASA Solutions for Enterprise-Wide Procurement (SEWP) V Government-Wide Acquisition Contract. This procurement aims to fulfill specific IT and telecom hardware needs, particularly in the area of servers and perpetual license software, which are critical for the GAO's operational capabilities. The justification for this sole-source order emphasizes the unique qualifications of HPE and the necessity of their products for the GAO's requirements. Interested parties can reach out to primary contact Mohamed Abdelghany at AbdelghanyM@gao.gov or secondary contact Cedric Mitchener at MitchenerC@gao.gov for further information.
    Amend 0001: RFQ: Start a 10.709 GB (OTU-2) Jumbo Frame commercial lease Intra-Europe.
    Buyer not available
    The Department of Defense, through the Defense Information Systems Agency (DISA), is seeking quotations for a commercial lease of a 10.709 GB Jumbo Frame network service for intra-Europe connectivity. This procurement involves two related solicitations, HC102126QA001 and HC102126QA002, which require diverse paths to ensure network survivability, and the contract will be awarded to a single vendor based on the lowest combined life cycle cost and technical acceptability of both quotes. The opportunity is critical for maintaining robust telecommunications services, and interested vendors must comply with specific terms and conditions outlined in the solicitation, with all quotes due by the specified deadline. For further inquiries, potential bidders can contact Gretchen Figgins at gretchen.l.figgins.civ@mail.mil or Dominique Minn at dominique.g.minn.ln@mail.mil.
    Up to 9 month lease of 175 ONE NET TESTED AND CERTIFIED MFDs in Japan
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency, is seeking to lease up to 175 one net tested and certified multifunction devices (MFDs) for a period of up to nine months in Japan. This procurement aims to fulfill specific operational needs for printing, duplicating, and bookbinding equipment, which are critical for various defense logistics operations. The selected contractor will be responsible for providing these devices, ensuring they meet the necessary certification and testing standards. Interested parties can reach out to Carl Devitz at carl.devitz@dla.mil or by phone at 717-770-2891 for further details regarding this opportunity.
    FY26 PROCUREMENT OF AERIAL PLATFORM 36M FOR NAVFAC FE, YOKOSUKA
    Buyer not available
    The Department of Defense, through NAVFACSYSCOM FAR EAST, is soliciting bids for the procurement of two 36-meter aerial platforms for NAVFAC, Yokosuka, Japan. The platforms must be self-propelled, wheel-mounted, diesel engine-driven, with a minimum loading capacity of 450 kg, and must comply with specific dimensions and safety standards. These aerial platforms are crucial for various operational tasks within the naval facilities, ensuring efficient and safe access to elevated work areas. Interested contractors must submit their offers by December 23, 2025, at 2:00 PM Japan Standard Time, and are required to acknowledge the amendment to the solicitation. For further inquiries, potential bidders can contact Yuka Yabuta at yuka.yabuta.ln@us.navy.mil or by phone at 81468161643.