Fiber Optics Test Kit
ID: W51AA125Q0047Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW0ML USA DEP TOBYHANNATOBYHANNA, PA, 18466-5079, USA

NAICS

Fiber Optic Cable Manufacturing (335921)

PSC

FIBER OPTIC KITS AND SETS (6080)
Timeline
    Description

    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the procurement of fiber optic test kits, with a focus on the Viavi Smart Class model, part number OLTS-85P. The solicitation outlines specific requirements for the test sets, including capabilities for both single mode and multimode testing, and emphasizes that only new equipment will be accepted, rejecting refurbished or reconditioned items. These test kits are crucial for ensuring the performance and reliability of fiber optic systems, which are vital for military communications and operations. Proposals must be submitted by June 2, 2025, at 10:00 AM to the designated email address, and interested parties should contact Melissa Hoffman at melissa.hoffman4.civ@army.mil or by phone at 570-615-8742 for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the minimum specifications for a portable fiber optic testing set intended for tier 1 fiber certification. Key features include a testing capacity for both multimode and single-mode fibers with a speed of 6 seconds or less, a power measurement range of -75 to +15 dBm, and the ability to measure fiber lengths up to 12 km in Multimode and 100 km in Single-Mode. It requires a high-contrast 3.5” color LCD with a touch-screen interface and storage for up to 10,000 test results, as well as compliance with relevant telecommunications standards. The set should also be able to measure optical loss, check fiber polarity, inspect end faces, and generate certification reports. Additionally, it must be compact and lightweight, include a battery and charger, meet safety standards, and come with commercial manuals and a one-year warranty. The overall purpose of this document is to serve as a detailed technical specification that vendors must adhere to when responding to government RFPs related to fiber optic testing equipment. It ensures equipment standards align with operational and safety requirements, facilitating the procurement process for government entities.
    The document is a detailed Statement of Work (SOW) outlining the specifications for the procurement, installation, and training associated with a new single-ply cutting machine at Tobyhanna Army Depot (TYAD). The main objective is to replace an old multi-ply cutting machine with a modern, fully operational unit capable of cutting various materials such as nylon, vinyl, and foam. Key functional requirements include a minimum cutting speed of 60 inches per second, a 72" x 144" cutting area, and advanced control and safety features such as emergency stop buttons and service door interlocks. Installation will be completed by the contractor within specified timelines, with training for shop and engineering personnel also mandated. Compliance with safety standards, including those from OSHA and NFPA, is emphasized, along with the requirement for contractor accountability regarding maintenance and support. Lastly, the document incorporates cybersecurity stipulations, ensuring adherence to DoD regulations and guidelines, reflecting the high-security expectations of government contracting processes. This SOW represents an essential component of the government procurement strategy to enhance operational capabilities and maintain safety within military facilities.
    The document is a Request for Information (RFI) issued by the Army Contracting Command at Aberdeen Proving Ground, seeking potential vendors to supply a Fiber Optic Test Kit (Part Number# 2326/15S). This RFI is for information and planning purposes only and does not constitute a Request for Proposal (RFP). The Army is looking for vendors under NAICS code 335921 and stipulates that once ordered, delivery will occur within 4-6 weeks. Respondents are invited to submit details regarding their capabilities to fulfill this requirement by April 23, 2025, including their company information, contact details, and business size. The government emphasizes that participation in this RFI does not guarantee participation in any future RFP. Questions can be directed to the appointed Purchasing Agent, Melissa Hoffman. This RFI aims to gather insights from vendors in order to inform potential future procurements related to fiber optic supplies, reflecting the government's ongoing efforts to engage the private sector for support in technical needs.
    The Army Contracting Command (ACC) - Aberdeen Proving Ground 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 RFI serves solely for information and planning, not as a promise for future procurement. Interested vendors are requested to submit details about their capabilities, including company information, by the designated deadline of April 23, 2025. The procurement will be issued as a Firm-Fixed-Price Purchase Order under NAICS code 335921, Fiber Optic Manufacturing, with expected delivery within 4-6 weeks of ordering. Responses will be voluntary and not compensated, and the government will regard proprietary information as confidential. Non-participation in this RFI does not restrict vendors from future RFP opportunities. Vendors are encouraged to direct inquiries to the specified Purchasing Agent. This RFI is part of the government’s effort to assess market capabilities and prepares for potential procurement actions.
    The document outlines a government solicitation (W51AA125Q0047) for the procurement of fiber optic test sets, specifically the Viavi Smart Class model. The solicitation specifies the product requirements, including testing capabilities, performance characteristics, and safety standards. It requests proposals that meet these specifications, with awards based on the best value considering price, delivery, and past performance. The government expects new equipment only, rejecting refurbished or reconditioned items. Mandatory submissions include completed FAR provisions and an active registration in the System for Award Management (SAM). Proposals must be submitted by June 2, 2025, at 10:00 AM to a designated email address. The document emphasizes strict adherence to requirements for submissions and communication protocols. Additionally, it discusses the transition to a new contract writing system (ACWS) that may affect document formatting without changing contract terms. This solicitation exemplifies the government's structured approach to procurements, ensuring compliance and quality while leveraging competitive bidding processes.
    Lifecycle
    Title
    Type
    Fiber Optics Test Kit
    Currently viewing
    Sources Sought
    Similar Opportunities
    66--TEST SET,OPTICAL PO
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 21 units of the Optical Test Set (NSN 6650015094844). This solicitation is part of a potential Indefinite Delivery Contract (IDC) with a one-year term, allowing for a total order value of up to $350,000, and is set aside for small businesses under the SBA guidelines. The Optical Test Set is crucial for various defense applications, and items will be shipped to multiple DLA depots both within the continental United States and overseas. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil, with the solicitation available online at the DLA's DIBBS website.
    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.
    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.
    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.
    TEST KIT, LP
    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 Test Kit, LP, which is essential for electrical and electronic properties measuring and testing instruments. The contract will require the manufacture and design of the test kit to meet specific requirements outlined in the solicitation, including compliance with applicable technical documentation and quality assurance standards. This procurement is critical for ensuring the operational readiness and reliability of naval systems, with a focus on maintaining high standards of quality and safety. Interested vendors should direct inquiries to Jon Zeigler at 564-230-3806 or via email at JON.ZEIGLER.CIV@US.NAVY.MIL, and are advised that pricing for quotations must remain valid for 60 days following the closing date indicated in the solicitation.
    MODULE,SFP,SMF 1350
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is soliciting proposals for the procurement of the MODULE, SFP, SMF 1350, which falls under the category of Other Communications Equipment Manufacturing. This contract requires the manufacture and quality assurance of specific communication modules, with strict adherence to military standards for inspection, acceptance, and packaging. The goods are critical for maintaining operational readiness and ensuring secure communications within defense operations. Interested vendors should direct inquiries to Kassidy Beinlich at 614-693-0004 or via email at KASSIDY.BEINLICH@DLA.MIL, and must comply with the solicitation requirements to be considered for this opportunity.
    TEST KIT, LP
    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 test kit under the title "TEST KIT, LP." This procurement involves the manufacturing of bare printed circuit boards and the provision of electrical and electronic properties measuring and testing instruments, which are critical for various defense applications. The contract will be awarded on a fixed-price basis, with specific requirements for inspection, acceptance, and compliance with cybersecurity standards. Interested vendors should direct inquiries to Taylor Bloor at TAYLOR.BLOOR@NAVY.MIL or by phone at 771-229-0099, and must ensure compliance with all technical documentation and quality assurance requirements as outlined in the solicitation. The deadline for submission of proposals is not specified in the overview, so interested parties should confirm all timelines and requirements directly with the contracting officer.
    Hydro-Mechanical Unit (HMU) Harness Tester
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the design and provision of a Hydro-Mechanical Unit (HMU) Harness Tester, identified as LTCT31902-1, to meet specific testing requirements for the HMU part number 2541347. This procurement is crucial for ensuring the reliability and functionality of electrical components used in military applications, particularly in the context of communication and energy systems. Interested vendors should reach out to Ellen Bethea at ellen.r.bethea.civ@army.mil or call 571-588-0957 for further details regarding the solicitation process and requirements.
    Spotting Instrument
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Contracting Command Detroit Arsenal (ACC-DTA), is soliciting proposals for the procurement of 178 Spotting Instruments (NSN: 6650-01-549-5838, Part Number: 13016120) under a Firm Fixed Price contract, which is set aside exclusively for small businesses. The procurement includes an option for an additional 178 units and requires a First Article Test Report (FATR) within 270 days post-award, with delivery of the instruments expected within 420 days, or 150 days if the FATR is waived. This equipment is critical for military operations, emphasizing the importance of precision in optical instruments. Interested contractors must acknowledge receipt of amendments and submit their proposals by January 9, 2026, to the Contract Specialist, Richard Hall, at richard.g.hall64.civ@army.mil, ensuring compliance with export control regulations and access to the Technical Data Package (TDP) via SAM.gov.
    AUKUA Hardware & Software
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Dahlgren Division, is seeking proposals from qualified small businesses for the procurement of AUKUA Hardware and Software, specifically a 4-Port Multigig Test System and associated software packages. This requirement includes a 1U rackmount chassis with four SFP+ test ports, a packet generator application package, an inline network emulator package, and 10G copper SFP+ transceiver modules, all essential for comprehensive network testing and validation. The contract will be awarded on a firm fixed-price basis, with proposals due by January 6, 2026, and delivery expected within four weeks of the award date to Dahlgren, Virginia. Interested parties should contact Diana Moses at diana.moses@navy.mil for further information and must ensure they are registered in the System for Award Management (SAM) to be eligible for award.