TC Jumbo Switch
ID: F3C1PS5084AW02Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4528 5 CONSMINOT AFB, ND, 58705, USA

NAICS

Telephone Apparatus Manufacturing (334210)

PSC

COMMUNICATIONS SECURITY EQUIPMENT AND COMPONENTS (5810)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    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.

    Point(s) of Contact
    Files
    Title
    Posted
    The Department of the Air Force, through the 5th Contracting Squadron at Minot Air Force Base, has issued a Request for Quotation (RFQ) for the rental of a TC3800 series JumboSwitch. This solicitation, numbered F3C1PS5084AW02, was issued on April 14, 2025, with a deadline for proposals set for April 28, 2025, by 11:00 A.M. CST. The acquisition is exclusively for small business concerns, adhering to the Small Business Administration's guidelines. Offerors are instructed to submit questions by April 21, 2025, and all quotes must be valid until September 30, 2025. The selection criteria will prioritize technical capability and price evaluation, ensuring proposals meet required specifications. Additionally, certain clauses and provisions, including ethical conduct and labor standards, have been included, emphasizing the importance of compliance and responsibility in government contracts. Potential suppliers should note that funds are not currently available for this effort, and the government reserves the right to cancel the solicitation if necessary. This announcement serves as a comprehensive notice for entities interested in bidding for this rental requirement at Minot AFB.
    The document outlines specifications for various high-temperature (from -20°C to 70°C) telecom equipment, including card cages and interface cards designed for use within JSW and JumboSwitch chassis. Key items include: 1. **Ethernet SFP Card** (TC3842R-5-000-1-0-05): Features six 1G/100M SFP ports compatible with TC3850-1 or TC3840-5 chassis. 2. **Analog POTs Card** (TC3848R-3-000-4-0-05): A 2-wire MoIP FXS card supporting four channels, designed for high-temperature environments. 3. **JumboSwitch Card Cages** (TCRM19BR-01-01, TCRM19DR-01-01): Ranging from 1U to 4U sizes, these card cages accommodate various cards and include power supply specifications. 4. **Combo Cards** (TC3840R-5-000-1-1-05): These cards support two 1G SFP ports and include an RS232 console port for versatile operational use. 5. **SFP Modules** (760-051S1-20): Dual fiber modules optimal for data transmission over distances of 20Km are also part of the specifications. This file serves as a technical specification guide relevant to RFPs and procurement processes for federal and state government projects involved in telecommunications infrastructure, ensuring compliance with temperature operational standards and equipment compatibility.
    Lifecycle
    Title
    Type
    TC Jumbo Switch
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    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.
    MCP-LAK-Data -Network Switch Equipment for ATC Dining Classroom Facility #3
    Dept Of Defense
    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.
    Amend 0002: RFQ: Start a 10.709 GB (OTU-2) Jumbo Frame commercial lease Intra-Europe.
    Dept Of Defense
    The Department of Defense, through the Defense Information Systems Agency (DISA), is soliciting quotes for a commercial lease of a 10.709 GB Jumbo Frame service for intra-Europe connectivity. This procurement requires vendors to submit quotes for two related solicitations, HC102126QA001 and HC102126QA002, ensuring diverse paths for network survivability, with the contract awarded to the vendor offering the lowest combined life cycle cost and technical acceptability. This opportunity is critical for maintaining robust telecommunications services, and interested parties must be registered under the appropriate NAICS code (517111) to access the solicitation documents. For further inquiries, vendors can contact Gretchen Figgins at gretchen.l.figgins.civ@mail.mil or Dominique Minn at dominique.g.minn.ln@mail.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.
    Amend 0002: RFQ: Start a 10.709 GB (OTU-2) Jumbo Frame commercial lease Intra-Europe.
    Dept Of Defense
    The Department of Defense, through the Defense Information Systems Agency (DISA), is soliciting quotes for a commercial lease of a 10.709 GB Jumbo Frame network service for intra-Europe connectivity. This procurement requires vendors to submit quotes for two related solicitations, ensuring diverse paths for network survivability, with the contract awarded to the vendor offering the lowest combined life cycle cost and technical acceptability for both requirements. The selected telecommunications provider must comply with specific commercial item terms and conditions, and all quotes must be submitted with detailed pricing structures. Interested vendors should contact Gretchen Figgins or Dominique Minn for further information, and access to the solicitation documents is restricted to entities registered under the appropriate NAICS code (517111).
    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.
    59--SWITCH, OPTICAL DIS
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of an optical switch, specifically NSN 5930014558062, with a total quantity of 114 units required for delivery to DLA Distribution San Diego within 124 days after order. This procurement is a total small business set-aside, emphasizing the importance of supporting small businesses in the defense supply chain. The optical switch is a critical component in electrical and electronic equipment, underscoring its significance in various military applications. Interested vendors must submit their quotes electronically, and for any inquiries, they can contact the buyer via email at DibbsBSM@dla.mil, as hard copies of the solicitation are not available.
    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.
    59--SWITCH,RADIO FREQUE
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 76 units of the SWITCH, RADIO FREQUE (NSN 5985016495473). This solicitation may lead to an Indefinite Delivery Contract (IDC) with a term of one year or until the total orders reach $350,000, with an estimated three orders per year and a guaranteed minimum quantity of 11 units. The items are critical components in electronic equipment and will be shipped to various 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 listed in the solicitation document, with further details available at the DLA's DIBBS website.
    E-4B National and Nuclear Communication Support (N2CS) Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the E-4B National and Nuclear Communication Support (N2CS) Services, aimed at procuring sustainment and modernization services for mission communications systems aboard E-4B aircraft. The contract will encompass a range of services including engineering, program management, cybersecurity support, and facilities management, which are critical for maintaining the aircraft's role as a command and control communications center during national emergencies. The total estimated contract ceiling is $984 million, with a ten-year ordering period and a minimum order amount of $500,000, and interested parties must submit an approved DD 2345 form to access the draft RFP documents. For further inquiries, Amanda Jones and Lisa Murrell can be contacted via email or phone.