Virginia-class Blown Optical Fiber Cable Troubleshoot and Repair
ID: N32253-26-Q-0012Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYPEARL HARBOR NAVAL SHIPYARD IMFPEARL HARBOR, HI, 96860-5033, USA

NAICS

Ship Building and Repairing (336611)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- SHIP AND MARINE EQUIPMENT (J020)
Timeline
    Description

    The Department of Defense, through the Pearl Harbor Naval Shipyard and Intermediate Maintenance Facility (PHNSY & IMF), is soliciting proposals for a firm fixed-price contract to troubleshoot and repair the Virginia-class blown optical fiber cable, specifically Cable R-FS183, located within a vessel's FWD compartment. This project is critical for maintaining the operational integrity of naval vessels, as it involves essential maintenance of ship and marine equipment, ensuring that network systems remain functional and secure. Proposals are due by 04 November 2025 at 0900 HST, with work expected to commence on 15 November 2025 and conclude by 15 May 2026. Interested contractors must be registered with the System for Award Management (SAM) and can direct inquiries to Kelley Gould-Ogomori or Yijia Li via the provided email addresses.

    Files
    Title
    Posted
    The Department of the Navy's HRMC (NMD) has issued Specification Number HIRMC-501-26, outlining requirements for work to be accomplished, including changes through October 20, 2025. This document details standard items applicable to job orders, covering general criteria, environmental compliance, hazardous substance control, quality management, and various safety protocols such as fire protection and confined space entry. Key aspects include managing hazardous waste on naval vessels in accordance with federal acts like RCRA, providing technical documentation, and maintaining physical security at contractor facilities. The specification also addresses specific tasks like fiber optic component work and the handling of various hazardous wastes, emphasizing contractor responsibilities for disposal, documentation, and waste minimization efforts.
    This document outlines environmental requirements for work at Pearl Harbor Naval Shipyard and Intermediate Maintenance Facility (PHNSY & IMF) on Joint Base Pearl Harbor Hickam (JBPHH). It details regulations for managing and disposing of hazardous and non-hazardous waste, including specific procedures for waste characterization, sampling, packaging, and storage in Satellite Accumulation Areas (SAAs). The document also covers dry dock requirements, emphasizing strict controls to prevent unauthorized discharges, manage storm water, and ensure proper containment during industrial operations like hydroblasting and painting. Additional environmental provisions include spill prevention and reporting, management of natural resources, air quality compliance, and the appointment of an Environmental Manager responsible for ensuring adherence to federal, state, and local environmental laws. Specific guidelines for industrial and oily wastewater disposal, radiological fallout controls, and the handling of Ozone Depleting Substances (ODS) are also provided, underscoring a comprehensive approach to environmental protection at the shipyard.
    This document outlines safety and health work practices for contractors at Pearl Harbor Naval Shipyard and Intermediate Maintenance Facility (PHNSY & IMF), emphasizing the Navy's commitment to worker safety. Contractors must adhere to Federal OSHA standards, NAVSEA Standard Items, and Navy safety standards, while also operating an effective occupational safety and health management system aligned with OSHA's VPP. Key requirements include submitting a safety and accident prevention plan, promptly reporting injuries, maintaining clean work areas, ensuring proper PPE usage, and understanding the PHNSY&IMF Fire Safety Plan. Specific hazardous procedures related to asbestos, silica, MMVF, lead, mercury, confined spaces, and Freon are detailed, along with corresponding control measures. Contractors are responsible for ensuring their work does not create hazards for PHNSY&IMF personnel and for complying with all posted hazard control requirements.
    The document outlines stringent security requirements for contractors accessing submarine areas within the PHNSY&IMF Controlled Industrial Area (CIA), applicable to contracts, subcontracts, and MOAs. All work is restricted to U.S. citizens, with special reporting for dual citizens accessing sensitive information. Contractors must possess DOD Facility Clearances (FCLs) and personnel must have DOD Personnel Clearances (PCLs) to receive Shipyard Access Control Badges (SACBs), which are color-coded based on access levels to classified or unclassified naval nuclear propulsion information. Strict procedures cover visit requests, SACB issuance and accountability, work hours, vehicle access, and material transportation, all subject to PHNSY&IMF approval and security regulations. Photography and unauthorized Portable Electronic Devices (PEDs) are prohibited in sensitive areas, with severe penalties for violations. Additionally, contractors must notify authorities for guard services, area penetrations, and any impact on PHNSY&IMF operations, ensuring compliance with all security and safety protocols.
    This document outlines the Operations Security (OPSEC) contract requirements for the Pearl Harbor Naval Shipyard and Intermediate Maintenance Facility (PHNSY&IMF), emphasizing the protection of Critical Information (CI) from adversaries. OPSEC is a process to safeguard sensitive, classified or unclassified, information from unauthorized disclosure. Contractors may be required to submit an OPSEC Plan, detailing their OPSEC activities. The contractor is responsible for preventing inadvertent disclosure of CI, including Personally Identifiable Information (PII), operation schedules, and equipment capabilities. Prohibited actions include publicizing CI in newsletters, on social media, or transmitting it to personal email accounts. The policy also controls the use of Personal Electronic Devices (PEDs) within the shipyard. Any compromise or unauthorized disclosure of CI can lead to severe penalties, including contract termination or criminal prosecution. Contractors must report any attempts by unauthorized third parties to obtain CUI. Countermeasures include restricting verbal discussions, prohibiting photographs in work areas, shredding sensitive documents, and immediately reporting lost badges or security compromises.
    The Standard Form 1449 (SF-1449) is a government solicitation/contract/order for commercial products and services, primarily used for federal government RFPs, federal grants, and state and local RFPs. This form is designed to capture all essential details for an acquisition, including requisition and contract numbers, award dates, and solicitation information. It outlines the method of solicitation (RFQ, IFB, or RFP), delivery terms, and payment details. The form also specifies set-aside categories for small businesses, such as Women-Owned Small Business (WOSB), Economically Disadvantaged Women-Owned Small Business (EDWOSB), Service-Disabled Veteran-Owned Small Business (SDVOSB), HUBZone Small Business, and general Small Business. Key sections include a schedule of supplies/services with quantities and prices, accounting data, and spaces for contractor and government signatures to formalize the agreement. The document incorporates by reference relevant Federal Acquisition Regulation (FAR) clauses, ensuring compliance and adherence to federal procurement guidelines.
    This government Q&A addresses critical aspects of a fiber optic cable repair project. The damaged cable is identified as R-FS183, Path FS247, requiring replacement as per work item 3.3, with general location details in 4.2. Network equipment on the vessel is in normal operating conditions, needing minimal disassembly for repairs. Personnel require a SECRET clearance and will receive GREEN SACB shipyard access badges, with C/420 assisting with DBIDS. References for work item 460-00-001 are controlled by Distribution Statement D and are only available to DoD contractors, subject to approval.
    This government Q&A addresses various aspects of a fiber optic cable repair project. The damaged component is identified as Cable R-FS183, Path FS247, located in the FWD compartment of a vessel, with PHNSY EPD available for exact location assistance. The network equipment is in normal operating conditions, requiring minimal disassembly for repair. Technicians will need a SECRET clearance and C/420 will assist with DBIDS and obtaining GREEN Shipyard Access Control Badges (SACBs). References for work item 460-00-001 are controlled and only available to DoD contractors. Connector endpoints for Cable R-FS183 vary by ship, requiring contractors to plan for all scenarios.
    The Department of the Navy, HRMC (NMD), has issued Specification Number HIRMC-501-26, which outlines requirements for work to be accomplished, including changes through October 20, 2025. The document details standard items applicable to job orders, categorized into those without further reference and those that may be invoked. A key component of this specification is Item No. 077-11-001, focusing on the control of hazardous waste produced on Naval Vessels. This section mandates the management and disposal of various hazardous wastes in accordance with federal acts, requiring contractors to document and report waste generation, identification, and disposal costs. It also addresses the use of generator identification numbers for contractor-generated and co-generated hazardous waste, emphasizing compliance with environmental laws and waste minimization efforts. Additionally, Item No. 460-00-001 outlines procedures for troubleshooting and repairing blown optical fiber cables, including operational testing and reporting results. The document stresses that contractors are responsible for providing all necessary materials for this task. The overall purpose is to ensure adherence to safety, environmental, and operational standards during naval vessel maintenance and repair activities.
    Similar Opportunities
    USS ROBERT SMALLS (CG 62) FY26 6A1 BUNDLE 1
    Buyer not available
    The Department of Defense, through NAVSUP Fleet Logistics Center Yokosuka, is soliciting proposals for the repair and alteration of the USS ROBERT SMALLS (CG 62) under the FY26 6A1 Bundle 1 contract. The procurement involves a firm fixed-price job order for various maintenance tasks, including the repair of the ship's sewage system and scaffolding installation, with a performance period from January 26, 2026, to March 20, 2026, at the Commander, Fleet Activities Yokosuka Naval Base in Japan. This contract is critical for ensuring the operational readiness of naval vessels and requires offerors to possess an active Master Ship Repair Agreement (MSRA) or Agreement for Boat Repair (ABR) to be eligible for award. Interested contractors must submit their proposals by December 9, 2025, and can access detailed work specifications through a secure U.S. Government repository by requesting access via email. For further inquiries, contact Shouko Sekido at shouko.sekido.ln@us.navy.mil or Neil Flint at neil.s.flint.civ@us.navy.mil.
    FY26 MPL DOLLY LASHING STRAPS
    Buyer not available
    The Department of Defense, through the Norfolk Naval Shipyard, is soliciting proposals for the refurbishment and certification of 96 Dolly Lashing Straps, essential for the SSN-688 Class Submarine Weapons Handling Equipment. The contractor will be responsible for inspecting, disassembling, restoring, reassembling, and weight testing the straps to meet NAVSEA inspection requirements, as their current certification has expired. This procurement is a 100% Small Business Set-Aside, with a performance period from December 15, 2025, to August 5, 2026, and quotes are due by 12:00 PM EST on December 8, 2025. Interested vendors must submit their proposals to Miracle Griffin at Miracle.m.griffin.civ@us.navy.mil and ensure they are registered in SAM.gov.
    28--CABLE ASSEMBLY,CIA, - AND OTHER REPLACEMENT PARTS, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the repair and modification of various cable assemblies and electronic modules, which are critical components in military aircraft maintenance. The procurement includes the repair of specific items such as the Cable, Fan Speed, Air, and Electronic Modules, with a defined repair turnaround time of 133 days after receipt of the assets. This opportunity is vital for maintaining operational readiness and ensuring the reliability of military equipment. Interested contractors must submit their quotes via email to Dana N. Knittel at dana.n.knittel.civ@us.navy.mil by December 15, 2025, and must comply with government source approval requirements prior to award.
    Shop 89 Touch Labor Support - Shipwrights
    Buyer not available
    The Department of Defense, through the Norfolk Naval Shipyard, is seeking proposals from qualified small businesses for the Shop 89 Touch Labor Support - Shipwrights contract. This procurement involves providing skilled personnel in various trades, including Shipwrights, Program Managers, Project Managers, and Supervisors, to support the maintenance and repair of naval vessels at the shipyard in Portsmouth, Virginia. The contract is crucial for ensuring the operational readiness of vessels such as the USS GEORGE H. W. BUSH and USS HARRY S. TRUMAN, with a performance period anticipated from February 2, 2026, to January 29, 2027, and an option to extend through July 30, 2027. Interested parties should direct inquiries to Alicia Almberg at alicia.l.almberg.civ@us.navy.mil or Melissa White at melissa.e.white13.civ@us.navy.mil, with proposals due by December 2, 2025.
    Bldg. 4 to Bldg. 77L Exterior Telecommunications Cable Repair
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Philadelphia Division (NSWCPD), is soliciting proposals for a Firm Fixed Price (FFP) Construction Contract to repair exterior telecommunications cables between Building 4 and Building 77L at the Philadelphia Navy Yard. This procurement is specifically aimed at small businesses, as it is a 100% Small Business Set-aside, and the work is critical for maintaining communication infrastructure at the facility. A site visit is scheduled for December 2, 2025, at 10:00 AM EST, and interested parties must submit their requests to attend by December 1, 2025, to the designated contacts, Rishi Mathur and David Rhoads, via email. For further inquiries, Rishi Mathur can be reached at rishi.m.mathur.civ@us.navy.mil or by phone at 215-600-9078.
    USS DEWEY DDG105 FY26 6C1 SRA(d) Bundle #5 Chief of Naval Operation Availability Yokosuka Japan
    Buyer not available
    The Department of Defense, through the NAVSUP Fleet Logistics Center Yokosuka, is soliciting proposals for the Chief of Naval Operation Availability (CNO) maintenance and repair work on the USS DEWEY (DDG-105) for fiscal year 2026. The procurement involves a comprehensive scope of work consisting of twenty-two Task Group Instructions (TGIs) that encompass various ship repair, overhaul, preservation, and replacement tasks necessary for the operational readiness of the vessel. This contract is critical for maintaining the Navy's fleet capabilities and ensuring compliance with NAVSEA and SRF-JRMC standards. Proposals must be submitted by January 8, 2026, with the performance period running from March 30, 2026, to September 7, 2026. Interested contractors can reach out to Takayo Shiba at takayo.shiba.ln@us.navy.mil or Ai Gillard at ai.gillard.ln@us.navy.mil for further details.
    1355-01-436-4620-CWFP CABLE ASSY, ADCAP F/MK48 MODS 6 & 7 TORPEDOES
    Buyer not available
    The Department of Defense, through the NAVSUP Weapon Systems Support, is soliciting proposals for the procurement of the CWFP CABLE ASSY, ADCAP F/MK48 MODS 6 & 7 TORPEDOES. This contract, designated as a Total Small Business Set-Aside, requires suppliers to manufacture and deliver specific cable assemblies that are critical components for advanced torpedo systems. The successful contractor will need to adhere to stringent quality standards and provide various documentation, including test reports and progress updates, to ensure compliance with military specifications. Interested parties must acknowledge receipt of solicitation amendments and submit their proposals by the extended deadline of December 8, 2025, with inquiries directed to McKenzy Harris at mckenzy.s.harris.civ@us.navy.mil.
    USNS CODY (T-EPF 14) ROH/DD FY26
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the Regular Overhaul and Dry Docking (ROH/DD) of the USNS CODY (T-EPF 14) for fiscal year 2026. This procurement involves shipbuilding and repair services, which are critical for maintaining the operational readiness and longevity of naval vessels. Proposals must be submitted by December 12, 2025, at 10:00 AM EST, and interested parties can reach out to Maria Rowlands at maria.a.rowlands.civ@us.navy.mil or by phone at 564-226-1429 for further information.
    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.
    FY26 USNS KANAWHA MTA
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the FY26 USNS KANAWHA Maintenance and Technical Assistance (MTA) contract. This procurement is aimed at securing services related to shipbuilding and repairing, with a focus on non-nuclear ship repair as indicated by the associated NAICS and PSC codes. The contract is set aside for small businesses, emphasizing the government's commitment to fostering small business participation in federal contracting. Interested parties must submit their proposals by December 12, 2025, at 3:00 PM EST, and can direct inquiries to Susan Bryant at susan.b.bryant.civ@us.navy.mil or by phone at 757-777-4648.