SOURCES SOUGHT
66 -- Sources Sought - Modular Fiber Optic Test Platform
- Notice Date
- 1/8/2026 12:10:22 PM
- Notice Type
- Sources Sought
- NAICS
- 334515
— Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
- Contracting Office
- FA4610 30 CONS PK VANDENBERG SFB CA 93437-5212 USA
- ZIP Code
- 93437-5212
- Solicitation Number
- FA461026SS0001
- Response Due
- 12/12/2026 3:00:00 PM
- Archive Date
- 12/27/2026
- Point of Contact
- Jeffrey Weeks, Scott Yeaple
- E-Mail Address
-
jeffrey.weeks.5@spaceforce.mil, scott.yeaple@spaceforce.mil
(jeffrey.weeks.5@spaceforce.mil, scott.yeaple@spaceforce.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- Issuing Office: 30th Contracting Squadron (30 CONS) Date Issued: 8 January 2026 Response Due Date: 12 December 2026, 3:00 PM PST 1.0 Description This is a Request for Information (RFI) for market research purposes only. 30 CONS is seeking to identify sources capable of providing a Modular Fiber Optic Test Platform that meets the salient characteristics listed below. The information provided in response to this RFI will be used to assess the marketplace and inform a potential future acquisition. This is not a solicitation for proposals, a request for quotations, or an invitation for bids. The Government will not award a contract based on this RFI, nor will it reimburse any costs associated with preparing or submitting a response. 2.0 Background Base Communications requires a portable and versatile test solution for the installation, maintenance, and troubleshooting of fiber optic networks. The system must be modular to adapt to various testing requirements and rugged enough for field use. 3.0 Salient Characteristics Interested vendors must be able to provide a solution that meets the following minimum technical requirements: The system must be comprised of a modular mainframe and two (2) separate optical test modules as specified below. The mainframe must be battery-powered and provide a minimum of four (4) slots for test modules. The mainframe must have a minimum of 128 GB of internal flash memory. The mainframe must not contain any integrated Wi-Fi, Bluetooth, or other RF-transmitting hardware. The system must include one (1) quad-wavelength OTDR module capable of testing at 850/1300 nm and 1310/1550 nm. The OTDR module must feature an intelligent link mapping capability that automatically interprets the fiber link and presents it as a simplified, icon-based schematic view with a pass/fail diagnosis for each detected event (e.g., splices, connectors). The system must include one (1) optical test module capable of measuring both Chromatic Dispersion (CD) and Polarization Mode Dispersion (PMD). All optical test ports on all included modules must feature a modular interface allowing for tool-free swapping of connector adapters. The system must be delivered with a fiber optic loopback mirror with a UPC polish connector. The complete system, including the mainframe and all modules, must be delivered in a single, hard-sided transit case. 4.0 Submission Instructions Interested parties are requested to submit a response electronically to Jeff Weeks at jeffrey.weeks.5@spaceforce.mil and Scott Yeaple at scott.yeaple@spaceforce.mil no later than 12 December 2026, 3:00 PM PST. Please ensure the subject line of your email reads: ""Response to RFI FA461026SS0001 � Modular Fiber Optic Test Platform."" Your response should include: Company Name and Address. Point of Contact (Name, Title, Email, and Phone Number). CAGE Code and UEI Number. Business Size (e.g., Small Business). A brief statement of capability (not to exceed 5 pages) detailing your ability to meet the salient characteristics listed in Section 3.0. Please include any relevant product datasheets. Please ensure the subject line of your email reads: ""Response to RFI FA461026SS0001 � Modular Fiber Optic Test Platform."" 5.0 Disclaimer This RFI does not constitute a commitment, implied or otherwise, that a procurement action will follow. All information received will be treated as public knowledge and will not be considered proprietary unless marked as such. The Government reserves the right to use the information provided to develop a future solicitation.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/7658e33191a94bcda53257102acf4bcc/view)
- Place of Performance
- Address: CA 93437, USA
- Zip Code: 93437
- Country: USA
- Zip Code: 93437
- Record
- SN07682304-F 20260110/260108230047 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |