Wireless Network Deployment at Peterson Space Force Base
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 US Special Operations Command (USSOCOM), SOCNORTH PB, has issued a Combined Synopsis/Solicitation (RFQ) for Wireless Network Deployment at Peterson Space Force Base. This Total Small Business Set-Aside opportunity seeks services for a Commercial Solutions for Classified (CSfC) Wireless Local Area Network (WLAN). The project involves a phased approach including study, design, equipment procurement, installation, testing, and validation, with strict compliance to NSA CSfC Capabilities Package and DoD STIG standards. Proposals are due May 21, 2026.
Purpose
The Government requires Commercial Solutions for Classified (CSfC) Wireless Local Area Network (WLAN) services to support SOCNORTH at Peterson Space Force Base, Colorado. The objective is to design, develop, and implement a CSfC WLAN Capabilities Package (CP) architecture to extend both SIPRNet and NIPRNet over a government-controlled network at the SOCNORTH HQ building, ensuring NSA-compliance and nesting within the USSOCOM CSfC wireless solution.
Scope of Work
The contractor shall provide all labor, materials, equipment, and services for a phased approach as outlined in the Performance Work Statement (PWS):
- CLIN 0001 (Firm Fixed-Price): Study and Design, including pre-onsite assessments, site surveys, and delivery of High-Level Design (HLD) and Low-Level Design (LLD).
- CLIN 0002 (Not-to-Exceed): Equipment Procurement and Installation of the CSfC WLAN solution based on approved designs, leveraging Government Furnished Equipment (GFE).
- CLIN 0003 (Not-to-Exceed): Testing and Validation of the installed network to ensure performance and security requirements are met.
- CLIN 0004 (Not Specified): Deliverables, including final documentation such as as-built documentation, heatmaps, and configuration files.
- Project management support, including a kick-off meeting, schedule maintenance, progress reporting, and serving as the primary technical liaison.
Key Requirements & Compliance
- Adherence to NSA CSfC Capabilities Package (CP), DoD Security Technical Implementation Guide (STIG), and NSA Common Criteria standards.
- Performance standards include 95% signal coverage at -65dBm RSSI or better and maintaining an SNR of at least 25dB.
- Personnel may require security clearances (DD254 and NISPOM compliance).
- The entire project must be completed within 60 calendar days of contract award.
- The estimated total contract value is $500,000.00.
Contract Details
- Type: Combined Synopsis/Solicitation (RFQ) for Commercial Services (FAR Part 12).
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- NAICS: 541512 – Computer Systems Design Services, with a $34M small business size standard.
- Place of Performance: SOCNORTH HQ building, Peterson Space Force Base, Colorado.
- Agency: Department of Defense, US Special Operations Command (USSOCOM), SOCNORTH PB.
Instructions to Offerors
Offerors must submit proposals including:
- A detailed Technical Approach describing execution methods for each phase, including pre-onsite assessment, wireless site surveys, and compliance with NSA CSfC, DoD STIGs, and NSA Common Criteria.
- A Proposed Schedule (e.g., Gantt chart) demonstrating completion within 60 calendar days of contract award.
- Pricing Information with firm-fixed pricing for CLIN 0001, acknowledging that pricing for CLINs 0002 and 0003 will be submitted as part of CLIN 0001 deliverables.
- Ensure active and up-to-date System for Award Management (SAM) registration.
Evaluation Criteria
Award will be made to the offeror whose proposal represents the best value to the Government, based on the following factors in descending order of importance:
- Technical Approach: Significantly more important than Schedule Feasibility.
- Schedule Feasibility: Slightly more important than Price.
- Price: Evaluated for reasonableness, realism, and balance. Price becomes more important as technical merit and schedule feasibility become equal.
Key Dates
- Site Visit: May 11, 2026, 12:00 PM Mountain Time (RSVP by May 7, 2026).
- Questions Due: May 15, 2026, 12:00 PM Mountain Time.
- Proposals Due: May 21, 2026, 12:00 PM Mountain Time.
- Submission Contact: Matthew B Clark (matthew.b.clark.ctr@socom.mil) and CW3 Chimere Chuta (chimere.chuta.mil@socom.mil).