N6264926QH013
Tellabs GPON equipment maintenance service
DEPT OF DEFENSE > DEPT OF THE NAVY > NAVSUP > NAVSUP GLOBAL LOGISTICS SUPPORT > NAVSUP FLC YOKOSUKA > NAVSUP FLT LOG CTR YOKOSUKA
Quick analysis
RFQ N6264926QH013 seeks Tellabs GPON sustainment (remote tech assistance and repair/return) for Marine Corps Base Camp Blaz/Guam under NAICS 541519.
Set-aside is Total Small Business (and solicitation header shows WOSB language). Trace is not a WOSB and is likely not small under 541519, creating a prime-bid disqualifier.
Technical scope aligns only adjacently with Trace’s IT O&M/network support capabilities; OEM-specific Tellabs GPON experience is not evidenced.
Given the small-business/WOSB set-aside constraint and lack of OEM-specific differentiators, this is not a viable prime pursuit.
Scope summary
- Provide routine remote technical assistance within 24 hours/next business day; emergency remote assistance within 12 hours (Attachment 1 PRS).
- Perform equipment repair/return and meet replacement/shipping timelines (e.g., 98% emergency replacement items shipped within 24 hours of verbal request).
- Support Tellabs GPON equipment set (OLTs, ONTs, cards) across Guam sites including Camp Blaz and Andersen AFB (Attachment 2 inventory).
- Comply with DFARS 252.204-7012 and 252.204-7018; avoid covered telecom equipment; meet CUI/cyber incident reporting requirements.
- Comply with Service Contract Labor Standards and related wage/benefit clauses.
- Adhere to Limitations on Subcontracting (52.219-14 deviation).
- Submit past/present performance references (Attachment 3).
- Manage parts under a T&M NTE CLIN (not price evaluated).
Dimension scores
Scope is remote technical assistance and repair/return for Tellabs GPON (per PRS in Attachment 1 and Solicitation). Trace has credible adjacent capabilities in enterprise networks and IT O&M, but no evidenced Tellabs GPON/OEM specialty or unique differentiator in provided materials.
Trace has relevant IT O&M and communications past performance (DISA/Army/USAF), but no specific NAVSUP/Navy GPON sustainment references are evidenced in the package. Attachment 3 is a blank template only.
Stand-alone RFQ (not restricted to a specific GWAC/IDIQ vehicle). Access is not vehicle-limited; however, set-aside eligibility is handled under Compliance, not Vehicles.
Set-aside constraints (Total Small Business and WOSB header) materially disadvantage Trace as a prime. OEM-specific Tellabs GPON support likely favors specialized small incumbents/partners; no differentiators are evidenced.
Execution is defined with clear SLAs and appears manageable with remote support and R&R processes; OCONUS Guam logistics and DFARS cyber/SCA compliance add moderate risk. Inventory/spares listing suggests some GFE spares on-site, mitigating shipping risks.
Small sustainment effort at Camp Blaz/Guam offers limited revenue/expansion. It does not materially advance Trace’s core strategic lanes. Potential value as a subcontractor is modest.
Solicitation is a Total Small Business set-aside, and the header references WOSB. Per company profile, Trace is not WOSB and is likely not small under NAICS 541519, triggering a prime-bid disqualifier. LOS clause (52.219-14 deviation) further constrains teaming to meet small-business performance share.
Concerns
- OCONUS logistics to Guam for rapid R&R and emergency shipments, if GFE spares prove insufficient.
- OEM-specific Tellabs GPON knowledge/tools may be required to meet SLAs.
- Strict LOS clause limits use of non-small subs; burdens prime performance share.
- Partial document extraction may hide additional compliance or performance requirements.
- Short proposal timeline and fixed Q&A window (questions due 24 Apr 2026 JST).
Teaming opportunities
- Prime must be an eligible small business (and possibly WOSB per header) under NAICS 541519.
- Access to Tellabs OEM support/authorization for GPON components and repair.
- Local/OCONUS logistics capability in Guam to meet emergency shipping timelines.
- Past performance references specific to Navy/NAVSUP GPON or base network sustainment.
Competitive position
- If pursuing as a subcontractor to an eligible small business: emphasize Trace’s OCONUS FSR footprint and enterprise IT O&M to stabilize GPON operations.
- Leverage managed services/OCC for 24/7 remote support aligned to PRS response metrics.
- Apply disciplined R&R workflows and spares management informed by the detailed equipment inventory.
Bid/No bid factors
- Set-aside mismatch: Total Small Business set-aside; solicitation header shows WOSB language—Trace is not WOSB and is likely not small under 541519.
- Limitations on Subcontracting (deviation) restricts first-tier subcontracting; impacts capture strategy.
- Partial solicitation/SOW extraction—potential undiscovered terms or OEM constraints.
- Vendor-specific Tellabs GPON experience not evidenced.
Documents
Download all
Attachment 1 and 2 SOW attachment.pdf
Download
Partially reviewed: Too large
Partial review (sections 1 and 2 of 3) of Attachments 1 & 2: contains the Performance Requirements Summary (Attachment 1) with measurable service thresholds for Tellabs GPON maintenance and an equipment inventory (Attachment 2) listing Tellabs OLTs, ONTs, line cards, and spares across multiple bases. File was large and only selected sections were extracted, so additional SOW details and locations may be present elsewhere in the document.
- Document identifies contract reference N6264926QH013 and includes Attachment 1 (Performance Requirements Summary) and Attachment 2 (Existing and Planned Tellabs Network Equipment).
- Remote support SLAs: routine remote technical assistance — contractor shall provide remote assistance within 24 hours or next business day; 90% of routine requests responded to within 24 hours; inspection metric 99%.
- Emergency remote assistance SLA: contractor shall provide remote technical assistance within 12 hours for emergencies; 99% inspection metric for timeliness.
- Repair/replacement metrics: routine repair — 90% of failed items replaced/replenished within 30 days in serviceable condition; emergency repair — 98% of emergency replacement items shipped within 24 hours of verbal request.
- Method of surveillance described as Inspection for each support/repair request (implies government inspection/acceptance criteria tied to metrics).
- Equipment scope (sampled): Tellabs OLT 1150E, OLT6 1134 chassis, OLT fan trays, ESU-2/ESU-32B cards, QOIU7/OIU8-A cards, OIU-8A cards, multiple Tellabs ONT models (729GP, 248-T, 140) and numerous serial numbers listed.
- Geographic places of performance shown in extracted sections: Andersen AFB (Andersen North Ramp), Marine Corps Base Camp Blaz (Camp Blaz), MASON, SKAGGS, and spare locations (Bldg/cage spares) — indicates OCONUS/INDOPACOM footprint and onsite spares inventory.
- Inventory includes detailed serial numbers and building/rack locations for installed and spare units (useful for spare-parts, logistics, and depot/FSR planning).
- Review status: extraction is partial due to file size; additional performance requirements, SOW paragraphs (e.g., PWS 5.1.2, 5.1.3 referenced) and other sites may be in unreviewed sections.
Attachment 3 Past and Present Performance References.pdf
Download
Blank Past and Present Performance questionnaire (Attachment 3) template for offerors to provide references. The form lists fields for project title/type of service, customer/address, performance period, contract number/amount, and point of contact, but contains no completed reference entries or offeror-specific data.
- Document is a past/performance reference questionnaire (Attachment 3) — implies submission of references is required.
- Fields included: Type of Service (Title of Project), Customer/Address, Performance Period, Contract #, ($) Amount, Point of Contact (POC), Tel/Fax/Email, Remarks.
- Contains blank placeholders for COMPANY/NAME OF OFFEROR and POC signature/date — file is a template, not a completed reference.
- No program-specific past performance data present (no customers, contract IDs, dollar values, or dates).
- Useful for later scoring only as evidence of solicitation requirement to provide past performance; provides no direct evidence of incumbent, incumbency length, or relevant past performance.
Attachment 4 Question Form.pdf
Download
Solicitation question form (Attachment 4) for the Tellabs GPON equipment maintenance service opportunity. Directs offerors to submit questions by 24 April 2026 10:00 am (JST) and provides a point of contact (Ms. Yuri Oshiro) with an email address for queries.
- Document type: Attachment 4 — QUESTION FORM for the solicitation
- Question submission deadline: 24 April 2026, 10:00 am (JST)
- POC: Ms. Yuri Oshiro — Email: yuri.oshiro2.ln@us.navy.mil
- Instructions require specifying page, section, and paragraph for each question
- Form requests firm contact info fields (firm name, address, POC, email, phone, cell, fax)
- Note: 'Late inquiries/questions may not be entertained' — indicates strict Q&A timeline
Solicitation - N6264926QH013.pdf
Download
Partially reviewed: Too large
Partial extraction (sections 1 and 5 only) of solicitation N6264926QH013 for a GPON sustainment contract supporting Marine Corps Base Camp Blaz; includes CLINs for remote technical assistance, equipment repair/return, and an NTE parts CLIN. Document contains FAR/DFARS clauses (cybersecurity, subcontracting, labor standards), option line items, and a limitations-on-subcontracting deviation; review was limited by file size and only selected sections were provided.
- Solicitation identifier: N6264926QH013; title: GPON sustainment contract (Camp Blaz) — places work at Marine Corps Base Camp Blaz (place of performance).
- Scope: GPON sustainment — remote technical assistance (telephone/MS Teams) and equipment repair/return of failed network components per PWS dated 24 Feb 2026.
- CLIN structure: 0001 Remote technical assistance — 12 months, Firm Fixed Price; 0002 Equipment repair/return — 4 jobs, Firm Fixed Price; 0003 Approved parts — T&M with Not-To-Exceed (NTE) ceiling $15,000 (not part of price evaluation).
- Option structure: Multiple option line items mirror base CLINs (1001–1003, 2001–2003), indicating potential multi-year extensions; FAR 52.217-9 text states total duration including options shall not exceed 3.5 years.
- Set-aside / socioeconomic: Header shows WOMEN-OWNED SMALL BUSINESS (WOSB) language; solicitation also incorporates 52.219-14 Limitations on Subcontracting (Deviation) — small business/subcontracting rules apply (partial review—note potential inconsistency with folder-level ‘Total Small Business Set-Aside’).
- Subcontracting constraints: 52.219-14 (deviation) and definitions for first-tier/subcontractor applicability are included — may constrain use of non-small first-tier subs.
- Compliance & cybersecurity: DFARS clauses included such as 252.204-7012 (Safeguarding Covered Defense Information and Cyber Incident Reporting) and 252.204-7018 (Prohibition on Acquisition of Covered Defense Telecommunications Equipment) — implies CUI/cyber security requirements.
- Labor and wage clauses: FAR/Deviation list includes Service Contract Labor Standards (52.222-41) and related wage/benefits provisions and E.O. pay/leave clauses (52.222-55, 52.222-62, etc.) — indicates wage compliance and SCA implications may apply.
- Other procurement clauses: Transportation of Supplies by Sea (252.247-7023), Tax on Foreign Procurements (52.229-12), Security Prohibitions and Exclusions (52.240-91) are present — check for geographic/eligibility constraints.
- Pricing evaluation note: Parts CLIN (NTE $15,000) explicitly not part of price evaluation — could affect bid pricing strategy and evaluation of cost realism.
- Delivery mechanism: Remote assistance via telephone/MS Teams specified — suggests primary support is CONUS/OCONUS remote technical support with repair-and-return logistics for hardware faults.
Technical details
Entry: sync
Review status: Up to date
Logical upstream opportunity: 45843
Notice lineage:
- 353e60b32f3f40eebd1ed81c13b70f7e (posted 2026-04-21) - current
Last synced: 2026-04-21T14:59:58.305780+00:00
Last analyzed: 2026-04-21T15:02:03.006623+00:00
Latest package fingerprint: a1ad17dd56e81f41289888dcea4d7536426158e4b29f02d661c9a246c642222a
Latest package notice: 353e60b32f3f40eebd1ed81c13b70f7e
Latest package documents: 4
Evidence limitations- Attachment 1 and 2 SOW attachment.pdf: partially reviewed (too large)
- Solicitation - N6264926QH013.pdf: partially reviewed (too large)
- 2026-04-21T14:59:58.307871+00:00: 353e60b32f3f40eebd1ed81c13b70f7e with 4 docs
Labels
Human notes
No human notes yet.