Wireless Network Deployment at Peterson Space Force Base

SOL #: H9229526QB001Combined Synopsis/Solicitation

Overview

Buyer

DEPT OF DEFENSE
Us Special Operations Command (Ussocom)
SOCNORTH PB
COLORADO SPRINGS, CO, 80914, United States

Place of Performance

Colorado Springs, CO

NAICS

Computer Systems Design Services (541512)

PSC

Support Services For Activities Involved With Application Development And Support To Include Analysis, Design, Development, Coding, Testing, And Release Packaging, As Well As Support Of Off The Shelf Business Applications. (DA01)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
May 4, 2026
2
Last Updated
May 5, 2026
3
Submission Deadline
May 21, 2026, 6:00 PM

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), via SOCNORTH PB, is seeking proposals for Wireless Network Deployment at Peterson Space Force Base, Colorado. This Total Small Business Set-Aside opportunity requires the design, development, and implementation of a Commercial Solutions for Classified (CSfC) Wireless Local Area Network (WLAN) architecture to extend SIPRNet and NIPRNet at SOCNORTH HQ. The solution must be NSA-compliant and integrated within the USSOCOM CSfC framework. Proposals are due May 21, 2026.

Scope of Work

The requirement involves a phased approach for a CSfC WLAN solution at Peterson Space Force Base, Colorado, to support SOCNORTH. Key phases include:

  • Study and Design (CLIN 0001): Pre-onsite assessments, site surveys, and delivery of High-Level Design (HLD) and Low-Level Design (LLD).
  • Equipment Procurement and Installation (CLIN 0002): Procurement, installation, configuration, and testing of the WLAN solution, leveraging Government Furnished Equipment (GFE).
  • Testing and Validation (CLIN 0003): Performance and security compliance testing.
  • Deliverables (CLIN 0004): Final documentation, including as-built drawings, heatmaps, and configuration files.

The contractor must ensure compliance with NSA CSfC Capabilities Package, DoD Security Technical Implementation Guide (STIG), NSA Common Criteria, and WPA3-Enterprise (192-bit mode) standards. Performance metrics include 95% coverage at -65dBm RSSI and 25dB SNR. The entire project must be completed within 60 calendar days of contract award without disrupting SOCNORTH's daily operations.

Contract Details

  • Type: Combined Synopsis/Solicitation (Request for Quotation - RFQ) for Commercial Services (FAR Part 12)
  • Set-Aside: Total Small Business Set-Aside
  • NAICS: 541512 – Computer Systems Design Services ($34M size standard)
  • Period of Performance: 60 calendar days from contract award
  • Place of Performance: SOCNORTH HQ building, Peterson Space Force Base, Colorado Springs, CO

Instructions to Offerors

Proposals must include:

  • Technical Approach: Detailed narrative covering execution phases, pre-onsite assessment, wireless site surveys, and compliance with NSA CSfC CP, DoD STIGs, and NSA Common Criteria.
  • Proposed Schedule: A detailed project schedule (e.g., Gantt chart) demonstrating completion within 60 calendar days.
  • Pricing Information: Firm-fixed pricing for CLIN 0001. Pricing for CLINs 0002 and 0003 will be submitted as part of CLIN 0001 deliverables. The bid schedule indicates a total contract value of $500,000.00.
  • Representations and Certifications: Active and up-to-date SAM registration.

Evaluation Factors

Proposals will be evaluated based on:

  1. Technical Approach: (Significantly more important) Understanding of requirements, methodologies, tools, and compliance with CSfC, NSA, and DoD STIG standards.
  2. Schedule Feasibility: (Slightly more important) Realism and logical sequencing of the 60-day project schedule.
  3. Price: (Least important, but becomes more important if technical/schedule are equal) Reasonableness, realism, and balance. Award will be made to the offeror representing the best value to the Government.

Key Dates & Contacts

  • Site Visit: May 11, 2026, 12:00 PM MT (RSVP by May 7, 2026)
  • Questions Due: May 15, 2026, 12:00 PM MT
  • Proposals Due: May 21, 2026, 12:00 PM MT
  • Primary Contact: Capt Byron S. Irving (Contracting Officer)
  • Email for Submissions/Questions: matthew.b.clark.ctr@socom.mil, chimere.chuta.mil@socom.mil

People

Points of Contact

Capt Byron S. IrvingPRIMARY
CW3 Chimere O. ChutaSECONDARY

Files

Files

Download
Download
Download
Download
Download
Download
Download

Versions

Version 2Viewing
Combined Synopsis/Solicitation
Posted: May 5, 2026
Version 1
Combined Synopsis/Solicitation
Posted: May 4, 2026
View
Wireless Network Deployment at Peterson Space Force Base | GovScope