Notice of Intent to Sole Source: DWDM Training
ID: FA461024Q_DWDM_TrainingType: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4610 30 CONS PKVANDENBERG SFB, CA, 93437-5212, USA

NAICS

Computer Training (611420)

PSC

EDUCATION/TRAINING- OTHER (U099)
Timeline
    Description

    The Department of Defense intends to award a sole-source contract to Ciena Government Solutions for specialized training in DWDM (Dense Wavelength Division Multiplexing) to support the Network Operations Center Engineer & Tech team at Vandenberg Space Force Base, California. The training is crucial to enhance the team's skills and mission readiness.

    The scope of work involves delivering DWDM training to meet the specific requirements of the 30th Contracting Squadron. The training must adhere to the outlined Salient Characteristics, ensuring the team gains expertise in DWDM technology and its applications.

    This opportunity is open to all responsible parties, however, the government maintains discretion in its decision-making. Lt Conner Sanchez and TSgt Mitchel Rinehart are the key contacts for this project and can provide further details. Parties interested in submitting a proposal must do so by referencing Notice ID FA461024Q_DWDM_Training on or before August 1, 2024, at 10:00 a.m. PDT.

    The government will carefully consider all submissions, but it's important to note that response does not guarantee any contract award, and the government reserves the right to justify the sole-source procurement action.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Special Notice
    Similar Opportunities
    Request For Information (RFI) Edwards AFB - Optical Transport Network Upgrade
    Active
    Dept Of Defense
    The Department of Defense, through the Air Force Test Center (AFTC), is seeking information from qualified contractors regarding the provision of Ciena Optical Transport Network (OTN) equipment for an upgrade at Edwards Air Force Base, California. The objective of this Request for Information (RFI) is to gather capability statements to assist in determining an acquisition strategy for the Engineering, Furnishing, Installation, and Testing (EFI&T) of the OTN expansion, which is critical for enhancing communication capabilities to meet modern operational demands. Interested vendors are invited to submit their capabilities, relevant experience, and business size by September 11, 2024, with responses to be sent via email to the designated contacts, Austen Siegler and Jahdiel Salazar. The anticipated contract will be a firm-fixed price under NAICS code 541519, with a standard size of $34 million, and no compensation will be provided for the information submitted.
    PROVIDE, INSTALL, AND MAINTAIN AN UNPROTECTED TRANSPARENT OTU-2 (10.709GB) LEASE BETWEEN BLDG 118, ROOM 153, 5319 REGULA AVENUE, SPRINGFIELD, OH 45502 AND BLDG 10271, ROOM 128, 2721 SACRAMENTO STREET, WRIGHT PATTERSON AFB, OH 45433
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Information Systems Agency (DISA), is soliciting proposals for the provision, installation, and maintenance of an unprotected transparent OTU-2 (10.709GB) lease between two specified locations in Springfield, OH, and Wright Patterson AFB, OH. The procurement aims to secure telecommunications services essential for operational connectivity, with the requirement categorized under the Wired Telecommunications Carriers industry (NAICS code 517111). Interested vendors should note that the solicitation follows a Combined Synopsis/Solicitation format, and proposals will be evaluated using the lowest price technically acceptable (LPTA) method. For further details, including submission deadlines and evaluation criteria, interested parties can contact John Beckman or Dale Rupright via email at their respective addresses.
    Data Concentrator Unit (DCU) Refresh
    Active
    Dept Of Defense
    The U.S. Special Operations Command (USSOCOM) is planning to award a sole-source follow-on contract to SCI Technology, Inc. for the life cycle sustainment and engineering support of the Data Concentrator Unit (DCU). This procurement encompasses the integration, testing, and procurement of modified DCU-Refresh units, along with related software and hardware support, structured as a Firm Fixed Price, Cost, and Cost-Plus-Fixed-Fee Indefinite Delivery – Indefinite Quantity (IDIQ) agreement with a five-year ordering period and a six-month extension option. The DCU is critical for various military operations, and the contract is justified under FAR 6.302-1, indicating that only one responsible source can fulfill the requirements without incurring substantial duplication of costs or delays. Interested parties must submit their capabilities by 11:00 AM Eastern Time on September 10, 2024, and can reach out to Stephanie Dillon or Chase Brasher via email for further inquiries.
    Joint Interoperability Division (JID) Support Services Joint Tactical Operations (JTO) Interface Training Program
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP FLT LOG CTR Norfolk, is soliciting proposals for the Joint Interoperability Division (JID) Support Services Joint Tactical Operations (JTO) Interface Training Program. The primary objective of this procurement is to provide academic support services for the Joint Interoperability & Data Link Training Center (JID-TC), focusing on training and curriculum maintenance related to Tactical Data Link (TDL) interoperability for U.S. and allied forces. This initiative is crucial for enhancing joint military capabilities and ensuring operational readiness through effective training programs. Proposals are due by September 23, 2024, and interested parties should direct inquiries to Kevin Brennan at kevin.m.brennan21.civ@us.navy.mil or Mary Mezzatesta at mary.l.mezzatesta.civ@us.navy.mil. The project is set to commence in December 2024 and run through December 2025, with options for extension.
    N66001-24-R-0060 Notice of Intent to Award Sole Source
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Information Warfare Center (NIWC) Pacific, intends to award a sole-source contract to Brandywine Communications for the provision of parts and modules related to the Navy's ruggedized Time and Frequency Distribution System (TFDS). This procurement aims to support both shore and fleet users, ensuring the sustainment and maintenance of existing TFDS systems while also facilitating the acquisition of new systems for Virginia and Columbia Class submarines. The TFDS is critical for the Navy's submarine communication community, and Brandywine Communications is the only source capable of fulfilling these requirements without incurring substantial costs or delays associated with alternative systems. The estimated contract value is $8.2 million, with a performance period of one year and four optional one-year extensions. Interested parties may contact Contract Specialist April Anne B Segovia at aprilanne.b.segovia.civ@us.navy.mil or 619-553-4490, with responses due by September 10, 2024, at 1630.
    Vogelweh CDC Fiber Installation
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the installation of a 12-strand single mode fiber optic cable from Building 2759 to Building 1030 at Vogelweh Annex, Germany, under solicitation number F3N0434121AW01. The contractor will be responsible for engineering, furnishing, installing, and testing the fiber optic cable, ensuring compliance with telecommunications standards and regulations, as outlined in the attached Statement of Objectives. This project is crucial for modernizing the telecommunications infrastructure at the site, enhancing communication capabilities while adhering to safety and environmental regulations. Proposals are due by 1600 CEST on September 11, 2024, with questions accepted until September 4, 2024. Interested vendors should contact Vida Mata at vida.mata@us.af.mil or Jennifer Arnett at jennifer.arnett.1@us.af.mil for further information.
    SUBMIT A QUOTE TO PROVIDE, INSTALL, AND MAINTAIN A DEDICATED 1GB SERVICE REAWARD BETWEEN BLDG 400; PHONE RM; FL 1; DEFENSE MANPOWER DATA CENTER; 400 GIGLING ROAD; SEASIDE, CA, 93955 AND BLDG 700; TELCO RM, 155; 730 AIRPORT ROAD; MONTEREY, CA, 93943.
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Information Systems Agency (DISA), is soliciting quotes for the provision, installation, and maintenance of a dedicated 1GB service between two locations in California: Building 400 at the Defense Manpower Data Center in Seaside and Building 700 in Monterey. The procurement aims to enhance telecommunications capabilities, ensuring reliable connectivity for defense operations. This opportunity falls under the NAICS code 517111, and the evaluation will follow a lowest price technically acceptable (LPTA) source selection process. Interested vendors should submit their quotes by the specified deadline, and for further inquiries, they may contact John Warner at john.d.warner28.civ@mail.mil or Kevin Knowles at kevin.l.knowles4.civ@mail.mil.
    JB MDL Single Source Intent - ATC ATCloud Training System
    Active
    Dept Of Defense
    The Department of Defense, through the 87th Contracting Squadron at Joint Base McGuire-Dix-Lakehurst, New Jersey, intends to award a single source contract for the ATC ATCloud Training System to UFA Inc. This procurement aims to provide a customized air traffic control simulator that operates on mobile tablets and utilizes a cloud-based system, tailored specifically to the needs of JB MDL. The contract will encompass a 12-month base period with four additional 12-month options, emphasizing the importance of this training system in enhancing operational capabilities. Interested parties with rights to UFA Inc. may submit their capability statements to the contracting officer by September 10, 2024, at 8:00 AM EST, with all inquiries directed to SrA Noah Horn or Ms. Lizbette Zalybniuk via their provided email addresses.
    PROVIDE A QUOTE TO PROVIDE, INSTALL, AND MAINTAIN A 1GB DISN VPN SERVICE BETWEEN BLDG 450, ROOM 5271, 7 FL, 450 GOLDEN GATE AVENUE, SAN FRANCISCO, CA 94102 AND DISA IPT-PE ROUTER AT BLDG 2145, ROOM 105, 5801 C STREET, BEALE AFB, CA 95903-1517.
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Information Systems Agency (DISA), is soliciting quotes for the provision, installation, and maintenance of a 1GB DISN VPN service connecting two specific locations in California. The procurement aims to establish a reliable telecommunications link between Building 450 in San Francisco and Building 2145 at Beale Air Force Base, which is critical for secure communications within the agency. This opportunity is set aside for small businesses under the NAICS code 517111, with a submission deadline for quotes on October 3, 2024, by 4:00 PM CST. Interested vendors should direct inquiries to Maxwell Jones at maxwell.s.jones.civ@mail.mil or call (618) 418-6946 for further details.
    U--DMSS-N training for NAVIFOR
    Active
    Dept Of Defense
    Presolicitation notice from the Department of Defense, Department of the Navy, NAVSUP Fleet Logistics Center Norfolk, for DMSS-N training for Naval Information Forces (NAVIFOR). The training is intended to be conducted under a Firm Fixed Price contract using the procedures of FAR part 13. The requirement is brand-specific and will be solicited with Other Than Full and Open Competition. The resulting contract will be for a one-year period, starting on September 20, 2019, and ending on September 19, 2020. The NAICS code for this acquisition is 611420 with a size standard of $12 million. The complete RFP package will be available for download on or about September 5, 2019, on the NECO Website. Contractors must be registered in the System for Award Management (SAM) database to be eligible for award. For more information, contact the POC identified in the synopsis.