Hawaiian Enterprise Service Contract (OUTSIDE PLANT (OSP) & INSIDE PLANT (ISP) TELECOMMUNICATIONS INFRASTRUCTURE EMERGENCY RESTORATION AND REPAIR) SERVICES
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 Army, Regional Contracting Office, Hawaii (RCO-HI) has issued a Sources Sought Notice for the Hawaiian Enterprise Service Contract. This market research aims to identify qualified contractors, particularly small businesses, capable of providing Outside Plant (OSP) & Inside Plant (ISP) Telecommunications Infrastructure Emergency Restoration and Repair Services across various Army locations in Hawaii. Responses are due by February 20, 2026.
Scope of Work
The requirement involves comprehensive telecommunications and infrastructure support services. Key tasks include:
- Fiber, Cable, and Communications Infrastructure Support: Operations & Maintenance (O&M) of OSP communication cables (manholes, vaults, splice cases, pedestals, poles), repair, response to third-party cable cuts, locating/toning services, and verification of Cable Action Requests.
- Unified Communications (UC) and Voice Services: Deployment and support for VoIP and Analog UC systems, physical setup support for Voice Gateways, and performing moves, adds, and changes.
- Heavy Civil Restoration: Limited excavation, trenching, duct bank repair, manhole replacement, and surface restoration for service restoration.
- Cable Management and Administration: Project and action cable management, and maintenance of network utility data in SharePoint. All work must be tracked via a government-approved ticketing system (e.g., ServiceNow), with a Rapid Response Team for emergencies.
Key Questions for Contractors
Respondents are asked to address:
- Concerns on the project not addressed in the Performance Work Statement (PWS).
- Areas of the PWS that could be clearer.
- Recommendations for additional considerations not taken into account in the PWS.
Contract & Timeline
- Opportunity Type: Sources Sought / Market Research
- NAICS Code: 238210 - Electrical Contractors and Other Wiring Installation Contractors
- PSC Code: DG01 - Support Services for Physical and Wireless Networks
- Anticipated Period of Performance: June 1, 2026, to May 31, 2027, with two six-month option periods (June 1, 2027, to December 31, 2027, and January 1, 2028, to May 31, 2028).
- Response Due: February 20, 2026, at 8:00 PM EST.
- Published: February 17, 2026.
Place of Performance
Services will be performed at various Army locations in Hawaii, including Schofield Barracks, Wheeler Army Airfield, Fort Shafter, Tripler Army Medical Center, Red Hill, Pohakuloa Training Area (PTA), Helemano Military Reservation, and Aliamanu Military Reservation.
Special Requirements
Contractor personnel must be U.S. citizens, DBIDS-eligible, BICSI-certified (as applicable), confined-space trained, and OSHA compliant. Performance will be monitored via a Quality Assurance Surveillance Plan (QASP).
Contact Information
For submissions and inquiries, contact Maletta Chan at maletta.a.chan.civ@army.mil.