SLD 30/SC SONET to DWDM Migration Part 2B
ID: FA461026Q0003Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Computer Systems Design Services (541512)

PSC

IT AND TELECOM - IT MANAGEMENT SUPPORT SERVICES (LABOR) (DF01)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Defense, through the Department of the Air Force, is soliciting quotes for the migration of 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 in California. The procurement aims to provide comprehensive services including engineering, planning, equipment provision, and implementation over a ten-month period, with a focus on developing a migration design and executing the migration while adhering to stringent security requirements. This opportunity is classified under NAICS code 541512 for Computer Systems Design Services, with a small business size standard of $34 million, and the contract will be awarded based on the best value considering technical approach and price. Interested vendors must submit their quotations by December 31, 2025, and direct any inquiries to Paul Baraldi or Scott Yeaple via email by December 10, 2025.

    Point(s) of Contact
    Files
    Title
    Posted
    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.
    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 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) 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.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Installation Fiber Optics Networking Support Services
    Buyer not available
    The Department of Defense, specifically the Naval Air Warfare Center (NAWCWD), is seeking qualified contractors to provide Installation Fiber Optics Networking Support Services. This procurement aims to secure Subject Matter Experts (SMEs) who will deliver cost-effective installation services for fiber optic networking, including network designs, fiber builds, and infrastructure mapping, which are not covered by existing Naval Enterprise Network frameworks. The contract will be a cost-plus-fixed-fee (CPFF) arrangement for a total of five years, comprising a one-year base period and four one-year options, with a total small business set-aside under NAICS code 541512. Interested parties must register in the System for Award Management (SAM) and submit proposals electronically via the PIEE Solicitation Module, with the solicitation expected to be posted around November 17, 2025. For further inquiries, contact Erika Martin at erika.m.martin6.civ@us.navy.mil or Erin K Strand at erin.k.strand.civ@us.navy.mil.
    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.
    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 soliciting quotes for a commercial lease of a 10.709 GB Jumbo Frame network service for intra-Europe operations. This procurement requires vendors to provide quotes for two related solicitations, ensuring diverse paths for network survivability, with the contract awarded based on the lowest combined life cycle cost and technical acceptability. The selected vendor will be responsible for both leases, and all quotes must be submitted in compliance with specific commercial item terms and conditions outlined in the solicitation. Interested parties should contact Gretchen Figgins or Dominique Minn for further information, and must ensure they are registered under the appropriate NAICS code (517111) to access the solicitation documents.
    AMEND - PROVIDE, INSTALL, AND MAINTAIN AN UNPROTECTED, TRANSPARENT LEASED OTU-2 CUSTOMER LEASE BETWEEN COLUMBUS, OH AND AL
    Buyer not available
    The Department of Defense, through the Defense Information Systems Agency (DISA), is seeking proposals for the provision, installation, and maintenance of an unprotected, transparent leased OTU-2 customer lease between Columbus, OH, and Alabama. This procurement involves telecommunications services classified under the NAICS code 517111, specifically targeting wired telecommunications carriers, and is critical for ensuring reliable communication capabilities. Interested vendors must have a DITCO Basic Agreement to access the solicitation documents, with proposals due by December 8, 2025. For further inquiries, potential bidders can contact Angelina Hutson or Benjamin Sparlin via their respective emails.
    AMEND 0004 - PROVIDE, INSTALL, AND MAINTAIN AN UNPROTECTED, TRANSPARENT LEASED OTU-2 CUSTOMER LEASE BETWEEN OH AND ND.
    Buyer not available
    The Department of Defense, through the Defense Information Systems Agency (DISA), is soliciting proposals for the provision, installation, and maintenance of an unprotected, transparent leased OTU-2 customer lease between Ohio and North Dakota. This procurement is aimed at fulfilling a controlled access requirement for telecommunications services, specifically under the NAICS code 517111, which pertains to Wired Telecommunications Carriers. The selected contractor will be responsible for delivering commercial products and services as outlined in the solicitation, with evaluations based on the lowest price technically acceptable (LPTA) criteria. Interested vendors must submit their quotes by the specified due date, and access to the solicitation documents requires a DITCO Basic Agreement along with verification of the requestor’s UEI or CAGE code. For further inquiries, potential bidders can contact Benjamin Sparlin or Angelina Hutson via their respective emails.
    PROVIDE, INSTALL, AND MAINTAIN A 10GB WAVE SERVICE BETWEEN WY AND CO
    Buyer not available
    The Department of Defense, through the Defense Information Systems Agency (DISA), is seeking proposals for the provision, installation, and maintenance of a 10GB WAVE service between Wyoming and Colorado. This procurement is aimed at enhancing telecommunications capabilities and is classified under the NAICS code 517111, which pertains to Wired Telecommunications Carriers. The solicitation is a request for quote (RFQ) and will utilize a lowest price technically acceptable (LPTA) evaluation process, with all proposals due by the specified deadline outlined in the attached solicitation. Interested vendors must have a DITCO Basic Agreement and can contact Angelina Hutson or Jennifer Voss via email for further information.
    PROVIDE, INSTALL, AND MAINTAIN 10GB WAVE SERVICE BETWEEN KS AND NE.
    Buyer not available
    The Department of Defense, through the Defense Information Systems Agency (DISA), is seeking proposals for the provision, installation, and maintenance of a 10GB wave service between Kansas and Nebraska. This procurement is aimed at enhancing telecommunications capabilities and is classified under the NAICS code 517111, which pertains to Wired Telecommunications Carriers. The solicitation is a request for quote (RFQ) and emphasizes that all proposals must include monthly recurring and non-recurring charges, with evaluations based on the lowest price technically acceptable (LPTA) criteria. Interested vendors must ensure they have a DITCO Basic Agreement to access the solicitation documents and should direct inquiries to Kendal Richter or Kevin Knowles via their provided email addresses. The deadline for quote submissions and further details can be found in the attached solicitation documents.
    RFQ: Start a 200 MB commercial lease Intra-Europe.
    Buyer not available
    The Department of Defense, through the Defense Information Systems Agency (DISA), is seeking quotes for a 200 MB commercial lease for intra-Europe telecommunications services. This procurement is aimed at acquiring essential telecommunications capabilities, specifically under the NAICS code 517111, which pertains to Wired Telecommunications Carriers. The solicitation is classified as a Combined Synopsis/Solicitation, and interested vendors must be registered under the appropriate NAICS code to access the detailed requirements and submit their quotes. For further inquiries, potential bidders can contact Gretchen Figgins at gretchen.l.figgins.civ@mail.mil or Chad DeVries at chad.w.devries.civ@mail.mil. The evaluation will follow a lowest price technically acceptable (LPTA) process, and all submissions must include detailed pricing structures by the specified deadlines.
    AMD 03. PROVIDE, INSTALL, AND MAINTAIN A 10GB WAVE LEASE, SUPPORTING A SONET OC-192, ON THE IQO CONTRACT BETWEEN NY AND NY.
    Buyer not available
    The Department of Defense, through the Defense Information Systems Agency (DISA), is soliciting proposals for the provision, installation, and maintenance of a 10GB wave lease that supports a SONET OC-192 on the IQO contract between New York and New York. This procurement is critical for ensuring reliable telecommunications services, as it involves controlled access requirements and is limited to entities with a DITCO Basic Agreement. Interested vendors must submit their quotes, which will be evaluated using the lowest price technically acceptable (LPTA) method, with specific details outlined in the attached solicitation. For further inquiries, potential bidders can contact Maxwell Jones or Dale Rupright via email, and all proposals are due by the specified deadline.
    Code 104- Guess Wi-Fi
    Buyer not available
    The Department of Defense, specifically the Naval Surface Warfare Center Port Hueneme Division (NSWC PHD), is seeking a qualified vendor to provide a fixed-price service contract for upgrading its network infrastructure to support a 10GbE commercial circuit. The primary objectives include the procurement of essential services such as Public DNS, an SSL Certificate, and professional engineering support from a Cisco CCIE for 60 hours annually, with RX3 Communications, Inc. identified as the intended sole-source provider. This upgrade is crucial for enabling guest users to connect to the RDT&E Guest Wi-Fi network, facilitating internet access for visitors using personal devices. Interested parties can reach out to Rene Valdivia at rene.e.valdivia.civ@us.navy.mil or Arthur Wynn at arthur.p.wynn3.civ@us.navy.mil for further information, with the contract period set from December 1, 2025, to November 30, 2028.