Fiber Maintenance
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of the Navy (NCTAMS LANT) is conducting market research through a Sources Sought notice for Fiber Maintenance services at Naval Station Norfolk, VA and Joint Expeditionary Base Little Creek (JEBLC), VA. This effort seeks to identify qualified contractors capable of providing comprehensive maintenance for fiber optic telecommunication infrastructure. The anticipated contract type is Firm Fixed-Price. Responses are due March 5, 2026, at 10:00 AM EST.
Purpose & Scope
This Request for Information (RFI) aims to gather capabilities for routine, corrective, and preventative maintenance and support services for the fiber optic telecommunication infrastructure. The scope includes fiber risers, fiber distribution centers (FDC), and Integrated Transport Node (ITN) locations, encompassing fault identification, correction, and furnishing of spare parts. Preventive maintenance is required every four months. Contractors will be responsible for providing all necessary labor, tools, materials, supplies, test equipment, vehicles, and cell phones.
Key Requirements
Personnel must possess a minimum of seven (7) years of recent experience in outside plant fiber optic cabling installation, testing, troubleshooting, maintenance, and repair. Specific skills include fusion-splicing, termination methods (e.g., 3M Hot Melt), and testing with power meters and Time Domain Reflectometers (OTDR). Educational requirements include a high school diploma or GED, or equivalent from a technical/trade school (BICSI, SEICOR certified), with knowledge of OSHA and EPA directives. Compliance with information systems security (DOD 5220.22-M NISPOM), safety, environmental, and sanitation regulations is mandatory. Personnel require a favorably completed National Agency Check with Written Inquiries (NACI) or T1 investigation for site access.
Contract & Timeline
- Type: Sources Sought (Anticipated Contract Type: Firm, Fixed Price)
- Anticipated Duration: One base year (July 1, 2026 - June 30, 2027) with four 12-month option years and a potential six-month option.
- Set-Aside: None specified (market research stage). The anticipated NAICS code is 541330 – Engineering Services with a $25.5 million size standard.
- Response Due: March 5, 2026, 10:00 AM EST.
- Published: February 25, 2026.
- Place of Performance: Naval Station Norfolk, VA and Joint Expeditionary Base Little Creek, Virginia Beach, VA.
Submission Requirements
Interested parties must submit a Statement of Capabilities (SOC), limited to five (5) typewritten pages, detailing company information (name, address, POC, CAGE Code), business size, and a capability statement demonstrating the ability to perform the work described in the draft Performance Work Statement (PWS). Comments or suggested changes to the Government's NAICS determination are also requested. This is a follow-on to contract N0018921P0621.
Important Notes
This is for market research purposes only and does not constitute a solicitation. The Government will not pay for information received, nor will respondents be notified of results. All questions must be submitted in writing via email.