This Performance Work Statement (PWS) outlines the requirements for migrating Synchronous Optical Network (SONET) circuits to a Dense Wavelength Division Multiplexing (DWDM) network at Vandenberg Space Force Base (VSFB). The contractor will provide on-site support for ten months to migrate 300-500 circuits, including engineering, planning, equipment provision, and implementation services. Key objectives include developing a migration design, supplying necessary cables and DWDM hardware, executing migrations, performing testing, and furnishing documentation. The project requires a Ciena-certified Project Manager and two technical personnel with significant experience. Security requirements are stringent, demanding DoD Secret clearances, compliance with VSFB policies, and restrictions on electronic devices. The schedule details deliverables like a draft integrated master schedule and design solution, with the period of performance being 10 months from contract award. The government will provide existing SONET circuits, DWDM equipment, and documentation. The contractor must adhere to industry standards, environmental regulations, and specific reporting deliverables.
Vandenberg Space Force Base (VSFB) is seeking a contractor for the SONET to DWDM Migration Part 2B project. The current Synchronous Optical Network (SONET) infrastructure is end-of-life, and circuits need to be migrated to a new Ciena-based Dense Wavelength Division Multiplexing (DWDM) Optical Transport Network (OTN). The contractor will provide on-site support for ten months, migrating 300-500 circuits. Key responsibilities include migration design, solution development, integrated master schedule submission, equipment provision and installation (cables, patch panels, and specific Ciena DWDM hardware), physical migration of circuits, testing, and documentation. The contractor must have Ciena certification, direct experience with DWDM migrations, and a DoD Secret clearance. All work must adhere to industry standards and VSFB security requirements, with a focus on minimizing government involvement and coordinating around base operations like Launch Framelight.
This document outlines a request for proposal (RFP) for SONET/DWDM Migration Services/Equipment. It details various cost categories, including labor for project management, on-site migration engineers, and technicians, as well as installation-related materials such as Cat6 shielded cables, fiber optic cables, and other unspecified materials. The document also mentions test equipment rental costs. Key personnel roles like On-Site Project Manager and On-site Migration Engineer/Technician Lead are specified with anticipated start dates in August 2026, while the Final Design and Integrated Master Schedule is anticipated to run from May to July 2026. The RFP requires vendors to provide their company name, type of business, email address, CAGE Code, TAX I.D. (TIN), and UEI. All listed costs are currently at $0, indicating a request for pricing proposals. The overall purpose is to solicit bids for the necessary services and equipment to facilitate a SONET/DWDM migration.
This document outlines a request for proposal (RFP) for SONET/DWDM migration services and equipment, specifically involving 500 circuits. The RFP details various tasks, including final design, integrated master schedule development, circuit migration implementation and testing, and project and program management over a 15-month period. It also lists required installation-related materials such as various lengths of Cat6 shielded and fiber single-mode LC connector cables, along with other unspecified materials and test equipment rental. The document emphasizes that all items and labor costs are currently listed at $0, indicating that vendors are expected to propose their pricing. Additionally, it includes sections for vendor information, requiring details such as company name, type of business, email address, CAGE code, UEI, and tax ID (TIN), which are standard requirements for government contracts.
This government file, FA461026Q0003, outlines essential clauses and regulations for federal contracts, focusing on compliance, ethical conduct, and supply chain security. Key provisions include requirements for unique item identification and valuation (252.211-7003), mandates for submitting cost or pricing data (252.215-7008), and instructions for electronic payment and reporting via Wide Area WorkFlow (252.232-7006). The document also addresses prohibitions on certain telecommunications equipment (252.204-7017), restrictions on foreign procurements and related tax obligations (52.229-11), and various socio-economic programs such as those for small businesses and veterans. It details compliance with federal acquisition regulations (52.212-5) covering aspects like whistleblower protections, anti-trafficking measures, and environmental standards. The file emphasizes rigorous adherence to federal laws, ethical guidelines, and reporting procedures for all contractors and subcontractors involved in government projects.
The document indicates that the content is not displaying correctly and advises the user to upgrade their PDF viewer to the latest version of Adobe Reader for Windows, Mac, or Linux. It also provides links for further assistance with Adobe Reader. The document includes trademark information for Windows, Mac, and Linux. This suggests the file itself is not a government RFP, grant, or state/local RFP, but rather a technical message about document display issues.
The document outlines wage determinations under the Service Contract Act, indicating that contracts awarded on or after January 30, 2022, must adhere to minimum wage rates set by Executive Orders. It details mandatory hourly wages for various occupations as well as benefits including health and welfare provisions, vacation, and holidays for covered workers in Santa Barbara County, California. Additionally, it describes the process for requesting wage classification conformance for unlisted positions under federal contracts.
The 30th Contracting Squadron is issuing a single-source justification for the SLD 30/SC SONET Migration Part 2B project. This initiative addresses the Department of Defense's mandate to eliminate Time Division Multiplexing (TDM) technologies, including the unsupported Synchronous Optical Network (SONET) currently used at Vandenberg Space Force Base (VSFB). The government requires planning, program management, installation, and testing services, along with the acquisition of Ciena equipment (3926m Service Delivery Switch and software) to expand the existing Dense Wavelength Division Multiplexing (DWDM) network. Ciena brand-name equipment is essential due to demonstrated interoperability issues and failures experienced with mixed-brand configurations in a previous DWDM phase. Efforts to obtain competition, including a Sources Sought notice and outreach to Ciena-identified small businesses, did not yield alternative brand recommendations. The contract will be a 100% small business set-aside. Future phases of the DWDM network are also likely to require brand-name components to ensure compatibility.
The 30th Contracting Squadron (30 CONS) issued a combined synopsis/solicitation (FA461026Q0003) for commercial services to migrate up to 500 circuits from a legacy Synchronous Optical Network (SONET) to a Ciena-based Dense Wavelength Division Multiplexing (DWDM) Optical Transport Network (OTN) at Vandenberg Space Force Base. This Request for Quotation (RFQ) seeks to award one Firm Fixed Price (FFP) contract under full and open competition, with a NAICS code of 541512 ($34M small business size standard). Offerors must be SAM registered and possess a CAGE code. Award will be based on the best value, considering technical approach and price, with the intent to award without interchanges. Quotations are due by December 10, 2025, at 1300 PT and must include a cover letter, technical approach (limited to 20 pages), and a completed pricing sheet, with all prices held for 60 calendar days.
The 30th Contracting Squadron (30 CONS) has issued a combined synopsis/solicitation, FA461026Q0003, for commercial services to migrate up to 500 circuits from a legacy Synchronous Optical Network (SONET) to a Ciena-based Dense Wavelength Division Multiplexing (DWDM) Optical Transport Network (OTN) architecture at Vandenberg Space Force Base. This is a Request for Quotation (RFQ) under full and open competition, with a NAICS code of 541512 and a small business size standard of $34M. The Government intends to award a single Firm Fixed Price (FFP) contract to the responsible Offeror whose quotation represents the Best Value, based on initial submissions without interchanges. Offers must be held firm for 60 calendar days. Evaluation criteria include Factor 1 – Technical Approach and Factor 2 – Price, with both needing an acceptable rating. Quotations are due by December 31, 2025, at 1300 PT, via email, with questions due by December 10, 2025.
The 30th Contracting Squadron (30 CONS) issued a combined synopsis/solicitation, FA461026Q0003, for commercial services to migrate up to 500 circuits from a legacy Synchronous Optical Network (SONET) to a Ciena-based Dense Wavelength Division Multiplexing (DWDM) Optical Transport Network (OTN) at Vandenberg Space Force Base. This Firm Fixed Price (FFP) contract will be awarded under full and open competition, with a NAICS code of 541512 (Computer Systems Design Services) and a small business size standard of $34M. Offerors must be SAM registered and have a CAGE code. The government intends to award one contract based on the best value, evaluating technical approach and price. Quotations are due by December 31, 2025, at 1300 PT, with questions due by December 10, 2025, at 1300 PT. The period of performance is 10 months.
The 30th Contracting Squadron (30 CONS) issued a Request for Quotation (RFQ) FA461026Q0003 for commercial services to migrate up to 500 circuits from a Synchronous Optical Network (SONET) to a Ciena-based Dense Wavelength Division Multiplexing (DWDM) Optical Transport Network (OTN) at Vandenberg Space Force Base. This is a full and open competition with a NAICS code of 541512 for Computer Systems Design Services and a small business size standard of $34M. The government intends to award one Firm Fixed Price (FFP) contract based on the best value to the Government, with evaluation factors being Technical Approach and Price. Offerors must be registered in SAM and have a CAGE code. Quotations, including a cover letter, technical approach, and pricing sheet, are due by December 31, 2025, at 1300 PT. Questions are due by December 10, 2025, at 1300 PT.
The document addresses questions and answers regarding the FA461026Q0003 solicitation for the SONET to DWDM Migration Part 2B project at Vandenberg SFB, CA. Key updates include the Government's approval to revise the Period of Performance to 10 months with three full-time equivalent (FTE) on-site personnel (Project Manager and Migration Engineers/Technicians) and off-site Project/Program Management for administrative duties. The pricing spreadsheet will be updated to reflect these changes. Additionally, the Government approved a revised and expanded list of Ciena equipment, software licenses, and related materials, including specific models, quantities, and support services, for inclusion in PWS Paragraph 15 to ensure accuracy and meet project requirements.