Opportunity

SAM #H9229526QB001

NSA-Compliant CSfC Wireless Network Deployment at Peterson Space Force Base

Buyer

SOCOM

Posted

May 05, 2026

Respond By

May 21, 2026

Identifier

H9229526QB001

NAICS

541512

The U.S. Space Force, SOCNORTH HQ at Peterson Space Force Base, is seeking a contractor to deliver a secure, NSA-compliant Commercial Solutions for Classified (CSfC) Wireless Local Area Network (WLAN) solution for the SOCNORTH HQ building. - Government Buyer: - U.S. Space Force, SOCNORTH HQ at Peterson Space Force Base - Scope of Work: - Phased project including study, design, equipment procurement, installation, testing, validation, and final documentation - Wireless network must extend SIPRNet and NIPRNet access within the facility - All work must comply with NSA CSfC Capabilities Package, DoD Security Technical Implementation Guide (STIG), and USSOCOM security standards - Deliverables include high- and low-level designs, site surveys, heatmaps, equipment installation, security compliance validation, and as-built documentation - Products/Services Requested: - Study, pre-site survey, and design deliverables (CLIN 0001) - Equipment procurement and installation (CLIN 0002) - Testing and validation tasks (CLIN 0003) - Final documentation deliverables (CLIN 0004) - Unique/Notable Requirements: - Strict adherence to NSA and DoD security standards - Minimal wireless interference and robust security are emphasized - Use of Government Furnished Equipment as applicable - Set aside for small businesses under NAICS 541512 (Computer Systems Design Services) - No specific OEMs or vendors are named in the solicitation, but solutions must be NSA CSfC-compliant.

Description

This is a combined synopsis/solicitation issued as a Request for Quotation (RFQ) for commercial services prepared in accordance with FAR Part 12. This announcement constitutes the only solicitation. Offers are being requested, and a separate written solicitation will not be issued for the following requirement.

The Government requires Commercial Solutions for Classified (CSfC) Wireless Local Area Network (WLAN) services to support SOCNORTH at Peterson Space Force Base, Colorado. The requirement includes a phased execution approach for study, design, equipment procurement, installation, testing, and final validation of the wireless network. The contractor shall ensure compliance with NSA CSfC Capabilities Package (CP), DoD Security Technical Implementation Guide (STIG), and other applicable federal security standards.

This acquisition is set aside for small business concerns under NAICS Code 541512 – Computer Systems Design Services, with a small business size standard of $34M.

This solicitation incorporates provisions and clauses by reference. The full text of provisions and clauses may be accessed electronically at https://www.acquisition.gov/far-overhaul/far-part-deviation-guide.

DESCRIPTION OF REQUIREMENTS

The contractor shall perform all work in accordance with the attached Performance Work Statement (PWS). Deliverables and performance milestones are as follows:

DATE(S) AND PLACE(S) OF DELIVERY AND ACCEPTANCE

Delivery Location: Peterson Space Force Base, Colorado FOB Point: Destination Acceptance: Deliverables will be reviewed and accepted by the designated Government POC upon validation that all requirements are met.

INSTRUCTIONS TO OFFERORS

Offerors shall prepare and submit proposals that include the following:

Technical Approach:

<ul>
    <li>Provide a detailed narrative describing the approach to executing each phase of the requirement, including:
    <ul>
        <li><strong>Pre-onsite assessment</strong>: Identify methods for assessing infrastructure readiness (e.g., tools, processes).</li>
        <li><strong>Wireless site surveys</strong>: Include details on the tools and methodologies to be used (e.g., heatmaps, signal strength analysis, channel planning).</li>
        <li><strong>Compliance</strong>: Describe how the proposed solution will meet&nbsp;<strong>NSA CSfC Capabilities Package</strong>&nbsp;requirements,&nbsp;<strong>DoD STIGs</strong>, and&nbsp;<strong>NSA Common Criteria</strong>.</li>
        <li><strong>Security and Risk Management</strong>: Outline strategies for ensuring cybersecurity compliance and mitigating risks.</li>
    </ul>
    </li>
</ul>
</li>
<li>
<p><strong>Proposed Schedule</strong>:</p>

<ul>
    <li>Submit a detailed&nbsp;<strong>project schedule</strong>&nbsp;(e.g., Gantt chart or similar format) showing how all tasks and deliverables will be completed within&nbsp;<strong>60 calendar days of contract award</strong>.</li>
    <li>Include key milestones, task durations, dependencies, and any concurrent work planned to meet the timeline.</li>
</ul>
</li>
<li>
<p><strong>Pricing Information</strong>:</p>

<ul>
    <li>Provide firm-fixed pricing for&nbsp;<strong>CLIN 0001</strong>.</li>
    <li>Acknowledge that pricing for&nbsp;<strong>CLINs 0002 and 0003</strong>&nbsp;will be submitted as part of the deliverables for CLIN 0001.</li>
</ul>
</li>
<li>
<p><strong>Representation and Certifications</strong>:</p>

<ul>
    <li>Ensure the offeror&rsquo;s&nbsp;<strong>System for Award Management (SAM)</strong>&nbsp;registration is active and up to date.</li>
</ul>
</li>

EVALUATION

The Government will evaluate offers in accordance with FAR 52.212-2, Evaluation—Commercial Products and Commercial Services (Deviation Date), as follows:

Evaluation Factors (in descending order of importance):

Technical Approach:

<ul>
    <li>The Government will evaluate the offeror&rsquo;s technical approach for its ability to meet the requirements outlined in the PWS.</li>
    <li>The evaluation will consider the proposed methodologies, tools, and processes for completing the study, design, installation, and testing phases.</li>
    <li>Emphasis will be placed on the offeror&rsquo;s understanding of CSfC, NSA compliance, DoD STIG standards, and their ability to deliver a fully compliant solution.</li>
</ul>
</li>
<li>
<p><strong>Schedule Feasibility</strong>:</p>

<ul>
    <li>The Government will evaluate the offeror&rsquo;s proposed schedule for its ability to meet the requirement to complete all phases of work within&nbsp;<strong>60 calendar days of contract award</strong>.</li>
    <li>The evaluation will consider the realism of the schedule, the logical sequencing of tasks, and the ability to perform concurrent work where applicable.</li>
</ul>
</li>
<li>
<p><strong>Price</strong>:</p>

<ul>
    <li>Price will be evaluated for&nbsp;<strong>reasonableness</strong>,&nbsp;<strong>realism</strong>, and&nbsp;<strong>balance</strong>:

    <ul>
        <li><strong>Reasonableness</strong>: The proposed price will be compared to historical data, market research, and other offers to ensure it is fair.</li>
        <li><strong>Realism</strong>: The price will be analyzed to ensure it reflects a sound understanding of the work and is not unrealistically low.</li>
        <li><strong>Balance</strong>: The price will be reviewed to ensure it is appropriately distributed across all CLINs and does not indicate front-loading or disproportionate allocation.</li>
    </ul>
    </li>
</ul>
</li>

Basis for Award: The Government intends to make an award to the offeror whose proposal represents the best value to the Government. Technical Approach is significantly more important than Schedule Feasibility, which is slightly more important than Price. However, as proposals become more equal in their technical merit and schedule feasibility, the evaluated price will become more important in determining the overall best value.

(End of Evaluation Section)

SUBMISSION DEADLINES

Site Visit: 11 May 2026, 12:00 PM Mountain Time. Please submit names to the Contracting Officer, Capt Byron S. Irving, Contract Specialist, Matthew B Clark at matthew.b.clark.ctr@socom.mil, and Technical POC, CW3 Chimere Chuta no later than close of business 7 May 2026. Questions Due: 15 May 2026, 12:00 PM Mountain Time. Questions must be submitted via email to the Contracting Officer, Capt Byron S. Irving, Contract Specialist, Matthew B Clark at matthew.b.clark.ctr@socom.mil, and Technical POC, CW3 Chimere Chuta. Proposals Due: 21 May 2026, 12:00 PM Mountain Time. Proposals must be submitted electronically to the Contracting Officer, Capt Byron S. Irving, Contract Specialist, Matthew B Clark at matthew.b.clark.ctr@socom.mil, and Technical POC, CW3 Chimere Chuta.

SOLICITATION PROVISIONS AND CONTRACT CLAUSES

The provisions and clauses applicable to this solicitation are those listed in RFO 12.205 Solicitation provisions and contract clauses.

View original listing