Request For Information (RFI) Edwards AFB - Optical Transport Network Upgrade
ID: F3YCFA4179AC02Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA9301 AFTC PZIOEDWARDS AFB, CA, 93524-1185, USA

NAICS

Other Computer Related Services (541519)

PSC

IT and Telecom - End User: Help Desk;Tier 1-2,Workspace,Print,Output,Productivity Tools (HW/Perp SW) (7E20)
Timeline
    Description

    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.

    Files
    Title
    Posted
    The Air Force Test Center (AFTC) is issuing a Request for Information (RFI) regarding the provision of Ciena Optical Transport Network (OTN) equipment for expansion at Edwards Air Force Base (EAFB), California. The RFI seeks capability statements from interested contractors to assist in determining an acquisition strategy for the Engineering, Furnishing, Installation, and Testing (EFI&T) of the project. It involves a potential firm-fixed price contract under NAICS code 541519, with a standard size of $34 million. Interested vendors must provide details of their capabilities, past relevant experience, and business size by September 11, 2024. Responses should be submitted via email in an unclassified format and will be used for market research to aid in future acquisition strategies. The AFTC emphasizes that no compensation will be provided for submissions. The overall goal of this RFI is to gather information to streamline the acquisition process and prepare for a possible Request for Quotation (RFQ) based on the responses received.
    The document outlines a comprehensive cost estimate for the installation and implementation of Ciena equipment at the South Base P300 as part of a government infrastructure upgrade. It specifies labor categories, including engineering and logistics, and details equipment and software licenses, including various models like the 6500 and 5160 product families. Costs for installation labor, travel, and materials necessary for the project are meticulously itemized, also including freight and support services for one year post-installation. The document highlights anticipated personnel needs, estimated hours for installation, travel requirements, and vehicle rentals essential for the project. It underscores the significance of project management and consulting services in the overall plan, indicating an organized approach to execute the installation efficiently. Presented as part of federal grants and RFPs, the detailed breakdown emphasizes adherence to budgeting requirements and serves as a request for proposals with clarity on resources and financial expectations needed for project completion. This initiative reflects an ongoing commitment to enhancing federal infrastructure capabilities.
    The Statement of Work (SOW) outlines the requirements for the contractor to engineer, furnish, install, and test a Ciena Optical Transport Network (OTN) expansion at Edwards Air Force Base, California. With existing SONET/DWDM systems becoming obsolete and incapable of meeting the demands for higher communication speeds (up to 800G), this upgrade aims to enhance capabilities for modern applications like AI and high-speed data transfer. The objective is to install a JITC certified OTN solution that includes all necessary hardware, software, and licensing, ensuring compliance with Air Force and DISA requirements. Key tasks include the installation of specific Ciena equipment, completion of system testing and acceptance, and providing thorough documentation and training. The project must be completed within 270 days post-notice to proceed. The contractor is also responsible for warranty support and an installation plan, highlighting the necessity of managing the communication infrastructure effectively while maintaining operational status during any service disruptions. This project demonstrates the Air Force's commitment to upgrading its communication infrastructure to support evolving operational needs.
    Lifecycle
    Similar Opportunities
    PROVIDE, INSTALL, AND MAINTAIN A OTU-4(111.809GB) BETWEEN BLDG: 20449,ROOM: 100A 2051 WYOMING BLVD SOUTHEAST, KIRTLAND AFB, NM 87117-5660 (KTLNDAFB/RD1) AND BLDG: 1052,ROOM: 101 HUNTERS ROAD, INDIAN SPRINGS, CREECH AFB, NV 89018 (CRECHAFB/RD8)
    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 OTU-4 telecommunications system between Kirtland Air Force Base in New Mexico and Creech Air Force Base in Nevada. This procurement aims to establish a reliable telecommunications link, which is critical for operational communications and data transfer between the two military installations. The solicitation is categorized under the NAICS code 517111 for Wired Telecommunications Carriers, and the evaluation will follow a lowest price technically acceptable (LPTA) source selection process. Interested vendors must submit their quotes by the specified due date, and for further inquiries, they can contact Robyn Tebbe at robyn.a.tebbe.civ@mail.mil or Kevin Knowles at kevin.l.knowles4.civ@mail.mil.
    PROVIDE, INSTALL, AND MAINTAIN A OTU-4(111.809GB) BETWEEN BLDG 730, ROOM 132, 84 NORTH ASPEN STREET, BUCKLEY SFB, CO 80011-9518 (BCKLYSFB/RD1) AND BLDG 64, ROOM 6 1321 3RD STREET, INDIAN SPRINGS, CREECH AFB, NV 89018 (CRECHAFB/RD7)
    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 OTU-4 telecommunications system between Buckley Space Force Base in Colorado and Creech Air Force Base in Nevada. This procurement aims to secure commercial telecommunications services, specifically focusing on satellite communications and telecom access services, which are critical for maintaining effective communication capabilities within military operations. Interested vendors should note that the solicitation follows a request for quote (RFQ) format, with evaluations based on the lowest price technically acceptable (LPTA) criteria. Proposals are due by the specified deadline, and interested parties can contact Robyn Tebbe or Kevin Knowles via email for further information.
    PROVIDE, INSTALL, AND MAINTAIN A NEW OTU-2 (10.709GB) LEASED ACCESS CIRCUIT BETWEEEN BLDG 64, ROOM 6, 1321 3RD STREET, INDIAN SPRINGS, CREECH AFB, NV 89018 AND BLDG P6, NETWORK ROOM, 4450 GRISSOM AVENUE, NELLIS AFB, NV 89191 FOR 60 MONTHS
    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 a new OTU-2 (10.709GB) leased access circuit connecting two locations: Building 64, Room 6 at Creech Air Force Base (AFB) in Indian Springs, NV, and Building P6, Network Room at Nellis AFB in Las Vegas, NV, for a duration of 60 months. This procurement aims to enhance telecommunications capabilities, ensuring reliable data transmission between critical military installations. The solicitation is structured as a request for quote (RFQ), with the evaluation process based on the lowest price technically acceptable (LPTA) criteria. Interested vendors must submit their quotes, which should detail monthly and non-recurring charges, by the specified due date, and can direct inquiries to Jennifer Voss or Angelina Hutson via their provided email addresses.
    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.
    SUBMIT A QUOTE TO PROVIDE, INSTALL, AND MAINTAIN A OTU-2 (10.709GB) LEASED ACCESS CIRCUIT BETWEEN 2721 SACRAMENTO STREET, WRIGHT PATTERSON AFB, OH 45433-5061 AND 3367 W DICKMAN RD, BATTLE CREEK AIR NATIONAL GUARD BASE, BATTLE CREEK, MI 49037.
    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 an OTU-2 (10.709GB) leased access circuit connecting Wright Patterson AFB in Ohio to the Battle Creek Air National Guard Base in Michigan. This procurement aims to secure telecommunications services essential for operational connectivity, with the selected contractor required to comply with various federal acquisition regulations and provide detailed pricing for both recurring and non-recurring charges. Quotes are due by October 14, 2024, at 4:00 PM CST, and interested parties should direct inquiries to Maxwell Jones at maxwell.s.jones.civ@mail.mil or by phone at (618) 418-6946.
    SUBMIT A QUOTE TO PROVIDE, INSTALL, AND MAINTAIN A UNPROTECTED, TRANSPARENT LEASED OTU-2 DISA IE1 BACKBONE TRUNK BETWEEN BLDG 1000, ROOM 222, FL SL1, 900 SAC BLVD, OFFUT AFB, NE AND BLDG 110, ROOM 201, 1400 32ND AVENUE NORTH, FARGO, ND 58102.
    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 an unprotected, transparent leased OTU-2 DISA IE1 backbone trunk between Offutt Air Force Base, NE, and Fargo, ND. This procurement aims to establish a reliable telecommunications link, which is crucial for supporting military operations and communications. Interested vendors must submit their quotes by October 14, 2024, at 4:00 PM CST, with all proposals directed to DITCO Scott AFB, IL. For further inquiries, potential bidders can contact Maxwell Jones at (618) 418-6946 or via email at maxwell.s.jones.civ@mail.mil.
    PROVIDE, INSTALL, AND MAINTAIN AN UNPROTECTED TRANSPARENT OTU-2 (10.709GB) LEASE BETWEEN BLDG: 747,ROOM: 209, 240 KNAPP BLVD, BERRY FIELD ANG BASE, NASHVILLE, TN 37217 AND BLDG: 5160, ROOM: 1022, CER, FLOOR: 1ST, 5534 PRYOR DRIVE, SCOTT AFB, IL 62225
    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 lease between two specified locations: Berry Field ANG Base in Nashville, TN, and Scott AFB in Illinois. This procurement involves commercial telecommunications services, specifically under the NAICS code 517111, and is critical for ensuring reliable satellite communications and telecom access services. Interested vendors should note that the solicitation follows a Lowest Price Technically Acceptable (LPTA) evaluation process, with all quotes due by the specified deadline outlined in the attached solicitation documents. For further inquiries, potential bidders can contact John Beckman or Dale Rupright via their respective emails provided in the opportunity overview.
    RFI for ESTS
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is conducting a Request for Information (RFI) to identify potential contractors capable of providing depot-level test and repair services for electronic components associated with the F15 ESTS testers. The government seeks sources with the necessary repair data, expertise, and experience to handle specific National Stock Numbers (NSNs), including a signal generator, spectrum analyzer, and centrifugal fan, which are critical for the operation of the F15 ESTS. This RFI is part of market research and does not guarantee a contract award; however, interested parties, particularly small businesses, are encouraged to submit their capabilities documentation by September 18, 2024, to Blake McWilliams at blake.mcwilliams.1@us.af.mil or by phone at 478-221-4211.
    SUBMIT A QUOTE TO PROVIDE, INSTALL, AND MAINTAIN A UNPROTECTED, TRANSPARENT LEASED OTU-2 BETWEEN BLDG 1000, ROOM 222, FL SL1, 900 SAC BLVD, OFFUT AFB, NE AND BLDG 110, ROOM 201, 1400 32ND AVENUE NORTH, FARGO, ND 58102.
    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 an unprotected, transparent leased OTU-2 telecommunications service between Offutt Air Force Base in Nebraska and Fargo, North Dakota. This procurement aims to fulfill the telecommunications needs as outlined in the combined synopsis/solicitation, which includes specific requirements for commercial items and adherence to various federal acquisition regulations. The selected contractor will be responsible for ensuring the service meets the outlined acceptance criteria and will be evaluated based on the submitted quotes, which are due by October 14, 2024, at 4:00 PM CST. Interested parties should direct inquiries to Maxwell Jones at maxwell.s.jones.civ@mail.mil or Dale Rupright at dale.l.rupright.civ@mail.mil for further information.
    SUBMIT A QUOTE TO PROVIDE, INSTALL, AND MAINTAIN A UNPROTECTED, TRANSPARENT LEASED OTU-2 BETWEEN150 CANBERRA STREET, BATTLE CREEK AIR NATIONAL GUARD BASE, BATTLE CREEK, MI 49037 AND 5534 PRYOR DRIVE, SCOTT AFB, IL.
    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 an unprotected, transparent leased OTU-2 telecommunications service between Battle Creek Air National Guard Base in Michigan and Scott Air Force Base in Illinois. The procurement requires compliance with specific commercial item terms and conditions, including the submission of detailed pricing for both recurring and non-recurring charges, as outlined in the solicitation. This telecommunications service is crucial for maintaining effective communication capabilities within the military infrastructure. Quotes are due by October 14, 2024, at 4:00 PM CST, and interested vendors should direct inquiries to Maxwell Jones at maxwell.s.jones.civ@mail.mil or by phone at (618) 418-6946.