ContractCombined Synopsis/SolicitationTotal Small Business Set-Aside (FAR 19.5)

SLD 30/SC SONET to DWDM Migration Part 2B

DEPT OF DEFENSE FA461025Q0068
Response Deadline
Sep 5, 2025
Deadline passed
Days Remaining
0
Closed
Set-Aside
Total Small Business Set-Aside (FAR 19.5)
Notice Type
Combined Synopsis/Solicitation

Contract Opportunity Analysis

The Department of Defense, specifically the Department of the Air Force, is seeking qualified small businesses to provide services for the migration of 500 circuits from legacy Synchronous Optical Network (SONET) systems to a Dense Wavelength Division Multiplexing (DWDM) Optical Transport Network (OTN) at Vandenberg Space Force Base in California. The contractor will be responsible for engineering, planning, materials, and implementation services, including the design and execution of the migration, with a focus on DS1 circuits, while the government will furnish necessary optical fibers and equipment. This project is critical for modernizing communication infrastructure and ensuring efficient data transmission capabilities at the base. Interested parties must submit their quotes by September 5, 2025, and direct any questions to Paul Baraldi or Scott Yeaple via email by August 15, 2025, to be eligible for consideration.

Classification Codes

NAICS Code
541512
Computer Systems Design Services
PSC Code
DF01
IT AND TELECOM - IT MANAGEMENT SUPPORT SERVICES (LABOR)

Solicitation Documents

8 Files
Attachment 1 - PWS SONET Migration Part 2B.pdf
PDF989 KBAug 22, 2025
AI Summary
This Performance Work Statement (PWS) outlines the migration of 500 Synchronous Optical Network (SONET) circuits to a Dense Wavelength Division Multiplexing (DWDM) Optical Transport Network (OTN) at Vandenberg Space Force Base (VSFB). The contractor will provide engineering, planning, materials, and implementation services for this migration. Key objectives include developing a migration design and schedule, providing necessary cabling and patch panels, acquiring additional DWDM hardware, executing the migration, performing testing and acceptance, and furnishing required documentation and reports. The project has a 15-month period of performance, with a contract kick-off and migration survey within 45 days. Security requirements, including personnel clearances and facility access, are stringent. The contractor must be Ciena-certified and familiar with VSFB's DWDM/OTN baseline products. The PWS also details documentation deliverables, schedules, government-furnished items, and environmental management requirements.
Attachment 5- Wage Det_2015-5647_Rev25_20250708.pdf
PDF449 KBAug 22, 2025
AI Summary
No AI summary available for this file.
Combo Synposis Solicitation FA461025Q0068.pdf
PDF422 KBAug 22, 2025
AI Summary
The 30th Contracting Squadron (30 CONS) is issuing Solicitation Number FA461025Q0068, a Request for Quotation (RFQ), to award a Firm Fixed Price (FFP) contract for commercial services. The solicitation is a 100% small business set-aside under NAICS code 541512 for Computer Systems Design Services. The primary objective is to migrate up to 500 circuits from an end-of-life Synchronous Optical Network (SONET) to a Ciena-based Dense Wavelength Division Multiplexing (DWDM) Optical Transport Network (OTN) architecture at Vandenberg Space Force Base (VSFB). The contract's base period of performance is 15 months. Offers will be evaluated on Technical Approach and Price, with award based on the best value to the Government from initial submissions. Quotations are due by September 5, 2025, at 1300 PT, and questions must be submitted by August 15, 2025, at 1300 PT.
Attachment 6 - Justification.pdf
PDF370 KBAug 22, 2025
AI Summary
No AI summary available for this file.
DoD USAF SONET Part 2B Question Submission_Govt Response.pdf
PDF652 KBAug 22, 2025
AI Summary
This document outlines responses to questions regarding a government RFP for migrating 500 circuits from Lucent SONET equipment to Ciena DWDM equipment. The government will furnish optical fibers, copper cabling, splice enclosures, DSX patch panels, and Ciena DWDM equipment, taking responsibility for unforeseen damage or additional equipment needs. The migration will primarily involve DS1 circuits, with the exact breakdown determined during performance. The contractor is responsible for wiring, designing, and installing DSX equipment and cables with government support, and for proposing form-fit-function equivalents for EOL or long lead-time parts. The contractor is not required to decommission old SONET equipment or sponsor clearances, but VSFB will sponsor access as necessary. Pricing is per circuit, independent of type, and submitted via an Excel workbook. On-site storage for equipment will be provided. The project is a continuation of Part 2A, which involved a pilot migration of the first 500 circuits.
Attachment 3 - Provisions and Clauses.pdf
PDF216 KBAug 22, 2025
AI Summary
This government file, FA461025Q0068, outlines essential clauses and instructions for offerors and contractors involved in federal acquisitions, particularly for commercial products and services. Key sections detail requirements for electronic invoicing via Wide Area WorkFlow (WAWF), including specific document types and routing data, and mandates for Item Unique Identification (IUID) and valuation for delivered items, especially those exceeding $5,000 in acquisition cost. The document also addresses conditions for
Attachment 2 - SONET Migration Pricing.xlsx
Excel19 KBAug 22, 2025
AI Summary
This document, likely an RFP or grant application, outlines the estimated costs and labor for a SONET/DWDM Migration project involving 500 circuits. The project includes tasks such as final design, integrated master schedule development, circuit migration implementation and testing, and ongoing project and program management over 15 months. The document also lists various installation-related materials, including shielded Cat6 cables (6 ft, 10 ft, 30 ft), single-mode fiber optic cables with LC connectors (6 ft, 10 ft, 30 ft), and other necessary materials, as well as test equipment rental. All listed items currently show a cost of $0, indicating that this is a template or a preliminary document where pricing is yet to be determined. The form also includes sections for vendor information, such as company name, type of business (small, large, woman-owned, etc.), email address, CAGE Code, Tax I.D. (TIN), and UEI, which are standard requirements for government contracts.
Attachment 4 - DD 254.pdf
PDF61 KBAug 22, 2025
AI Summary
The document is a placeholder message indicating that the PDF viewer may not be able to display the document's contents. It advises the user to upgrade to the latest version of Adobe Reader and provides links for download and further assistance. It also includes trademark information for Windows, Mac, and Linux. In the context of government RFPs, federal grants, and state/local RFPs, this document serves as a technical notification, not a substantive file, suggesting that the actual solicitation or grant information is inaccessible due to a software limitation.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedAug 5, 2025
amendedLatest AmendmentAug 22, 2025
deadlineResponse DeadlineSep 5, 2025
expiryArchive DateSep 20, 2025

Agency Information

Department
DEPT OF DEFENSE
Sub-Tier
DEPT OF THE AIR FORCE
Office
FA4610 30 CONS PK

Point of Contact

Name
Paul Baraldi

Place of Performance

Lompoc, California, UNITED STATES

Official Sources