Vogelweh CDC Fiber Installation
ID: F3N0434121AW01Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA5613 700 CONS PKAPO, AE, 09021-3076, USA

NAICS

Fiber Optic Cable Manufacturing (335921)

PSC

IT AND TELECOM - NETWORK: DIGITAL NETWORK PRODUCTS (HARDWARE AND PERPETUAL LICENSE SOFTWARE) (7G21)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the installation of a 12-strand single mode fiber optic cable from Building 2759 to Building 1030 at Vogelweh Annex, Germany, under solicitation number F3N0434121AW01. The contractor will be responsible for engineering, furnishing, installing, and testing the fiber optic cable, ensuring compliance with telecommunications standards and regulations, as outlined in the attached Statement of Objectives. This project is crucial for modernizing the telecommunications infrastructure at the site, enhancing communication capabilities while adhering to safety and environmental regulations. Proposals are due by 1600 CEST on September 11, 2024, with questions accepted until September 4, 2024. Interested vendors should contact Vida Mata at vida.mata@us.af.mil or Jennifer Arnett at jennifer.arnett.1@us.af.mil for further information.

    Files
    Title
    Posted
    The document outlines tax relief provisions for contracts involving the United States Government, specifically emphasizing exemption from various taxes and duties that typically apply. Prices quoted in contracts are not to include such taxes that the U.S. Government is eligible to avoid due to treaties with the Contractor's home country. Contractors must present invoices that separately detail gross prices, tax deductions, and net charges. When utilizing materials covered by U.S. specifications, it is necessary to identify imported components to ensure duty relief. Additionally, the text refers to specific provisions for tax relief applicable in Germany, stipulating the use of performance certificates for tax-free delivery as required by German authorities. These guidelines aim to facilitate the contractor’s ability to realize tax exemptions while fulfilling contract obligations and maintaining compliance with both U.S. and German regulations.
    The document addresses the Vogelweh CDC Fiber Installation project, responding to inquiries regarding technical and logistical details relevant to the Request for Proposal (RFP). The 86 CS/SCXP clarifies that technical responses will be evaluated based on the Statement of Objectives (SOO) and that attachments related to provisions and tax relief have been posted online. For trenching/boring permits, only an AF form 103 is necessary, with no additional requirements identified. The use of a larger diameter conduit is permissible due to feasibility concerns while installing geotextile innerducts. There is a 4” conduit available between specified locations for the installation. Space for materials storage can be provided at designated locations, subject to availability and requirements. Overall, the responses indicate flexibility in technical specifications while ensuring regulatory compliance and logistical support for the project.
    The Department of the Air Force is soliciting proposals for the installation of a 12-strand single mode fiber optic cable from Building 2759 to Building 1030 at Vogelweh Annex, Germany, under solicitation number F3N0434121AW01. This Request for Quotations (RFQ) outlines the contractor's responsibilities to engineer, furnish, install, and test the fiber optic cable, adhering to established telecommunications standards and regulations. Proposals are due by 1600 CEST on September 11, 2024, with questions accepted until September 4, 2024. Vendors must provide detailed quotes including pricing, delivery timelines, and compliance with all federal regulations. The contract will be awarded based on price and technical compliance, and only new materials will be accepted. Additional information is referenced in an attached Statement of Objectives document. This solicitation exemplifies the government’s commitment to modernizing infrastructure while adhering to standard procurement protocols and maintaining stringent evaluation criteria for contractors.
    The document outlines the provisions regarding the representation of Offerors in relation to certain telecommunications and video surveillance services or equipment, particularly under the requirements of the John S. McCain National Defense Authorization Act for Fiscal Year 2019. It specifies that Offerors must confirm whether they provide or use covered telecommunications equipment or services as part of their contracts with the government. The provisions indicate that such contracts cannot involve equipment or services deemed as substantial or essential components, particularly if they incorporate high-risk technologies. To comply, Offerors are mandated to conduct a reasonable inquiry and check the System for Award Management (SAM) for any excluded parties relating to these telecommunications concerns. The document also details disclosure requirements for Offerors who answer affirmatively regarding dealing with covered equipment or services, including specifics like the entity producing the equipment and a description of the equipment offered. This regulation aims to enhance security and ensure that federal contracts are not linked to high-risk telecommunications sources, thereby safeguarding national security interests. The provisions underscore the importance of transparency and accountability in federal contracting processes.
    The Statement of Objectives (SOO) details the requirements for installing 12-strand single mode fiber optic cable from Building 2759 to B1030 at Vogelweh Annex, Germany. The project mandates the contractor to engineer, furnish, install, and test the fiber optic cable, adhering to TIA standards and base installation guidelines. Key requirements include safety compliance, environmental regulations, and site coordination, ensuring all operations are conducted safely and legally. The contractor must manage waste disposal, conduct quality assurance measures, and provide detailed project documentation, including as-built drawings and geospatial data. Additionally, all personnel must have appropriate security clearances, and thorough testing of the fiber optic installations is required before acceptance by the government. The contract spans one year from award, emphasizing the importance of meticulous planning and execution to avoid disruption in communications systems. Overall, this SOO outlines a structured approach to enhance telecommunications infrastructure while maintaining stringent safety and compliance standards.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Gray Eagle D/82 Fiber Optics Solicitation
    Active
    Dept Of Defense
    The Department of Defense, specifically the Army's Mission and Installation Contracting Command at Fort Liberty, NC, is soliciting proposals for the Gray Eagle D/82 Fiber Optics project, which involves the replacement of degraded fiber optic cables at Mackall Army Airfield. The contractor will be responsible for removing existing cables and installing new outdoor-rated multimode fiber, ensuring functionality through rigorous testing and documentation, with all work to be completed within 45 days post-award. This project is critical for restoring communication capabilities essential for Unmanned Aerial Systems (UAS) operations, emphasizing the importance of reliable fiber optic infrastructure in military applications. Interested small businesses must submit their quotes by 1700 Eastern Standard Time on September 20, 2024, and direct any questions to the primary contacts, Francisco J. Noda Merly at francisco.j.nodamerly.mil@army.mil or Christina Bogue at christina.d.bogue.mil@army.mil.
    RFQ: Fiber Optic Kits
    Active
    Dept Of Defense
    The Department of Defense, specifically the Missouri Army National Guard, is seeking proposals for the procurement of Fiber Optic Kits, including two ARINC 801 Fiber Optic Termination Kits and two Optical Loss Test Sets (OLTS). These kits are essential for building, troubleshooting, and repairing ARINC 801 and other military/commercial aviation fiber optic components, and must meet specific requirements such as being brand new, sourced from authorized distributors or Original Equipment Manufacturers (OEMs), and securely housed in weather-proof containers. Interested vendors must submit their quotes by September 23, 2024, at 3:00 PM CDT, and can direct inquiries to Douglas Young at douglas.m.young4.civ@army.mil or Stephen Miller at stephen.j.miller1.civ@army.mil. This procurement is a Total Small Business Set-Aside under NAICS code 334417, with a focus on ensuring technical acceptability and best value for the government.
    PROVIDE, INSTALL, AND MAINTAIN AN UNPROTECTED TRANSPARENT OTU-2 (10.709GB) LEASE BETWEEN BLDG 118, ROOM 153, 5319 REGULA AVENUE, SPRINGFIELD, OH 45502 AND BLDG 10271, ROOM 128, 2721 SACRAMENTO STREET, WRIGHT PATTERSON AFB, OH 45433
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Information Systems Agency (DISA), is soliciting proposals for the provision, installation, and maintenance of an unprotected transparent OTU-2 (10.709GB) lease between two specified locations in Springfield, OH, and Wright Patterson AFB, OH. The procurement aims to secure telecommunications services essential for operational connectivity, with the requirement categorized under the Wired Telecommunications Carriers industry (NAICS code 517111). Interested vendors should note that the solicitation follows a Combined Synopsis/Solicitation format, and proposals will be evaluated using the lowest price technically acceptable (LPTA) method. For further details, including submission deadlines and evaluation criteria, interested parties can contact John Beckman or Dale Rupright via email at their respective addresses.
    SUBMIT A QUOTE TO PROVIDE, INSTALL, AND MAINTAIN A UNPROTECTED, TRANSPARENT LEASED OTU-2 BETWEEN BLDG 1000, ROOM 222, FL SL1, 900 SAC BLVD, OFFUT AFB, NE AND BLDG 110, ROOM 201, 1400 32ND AVENUE NORTH, FARGO, ND 58102.
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Information Systems Agency (DISA), is soliciting quotes for the provision, installation, and maintenance of an unprotected, transparent leased OTU-2 telecommunications service between Offutt Air Force Base, NE, and Fargo, ND. This procurement is aimed at fulfilling essential telecommunications needs, specifically under the Wired Telecommunications Carriers industry, as denoted by the NAICS code 517111. Interested vendors must submit their quotes by October 14, 2024, at 4:00 PM CST, with all proposals directed to DITCO Scott AFB, IL. For further inquiries, potential bidders can contact Maxwell Jones at maxwell.s.jones.civ@mail.mil or Dale Rupright at dale.l.rupright.civ@mail.mil.
    SUBMIT A QUOTE TO PROVIDE, INSTALL, AND MAINTAIN A UNPROTECTED, TRANSPARENT LEASED OTU-2 BETWEEN150 CANBERRA STREET, BATTLE CREEK AIR NATIONAL GUARD BASE, BATTLE CREEK, MI 49037 AND 5534 PRYOR DRIVE, SCOTT AFB, IL.
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Information Systems Agency (DISA), is soliciting quotes for the provision, installation, and maintenance of an unprotected, transparent leased OTU-2 telecommunications service between Battle Creek Air National Guard Base in Michigan and Scott Air Force Base in Illinois. The procurement requires compliance with specific commercial item terms and conditions, including the submission of detailed pricing for both recurring and non-recurring charges, as outlined in the solicitation. This telecommunications service is crucial for maintaining effective communication capabilities within the military infrastructure. Quotes are due by October 14, 2024, at 4:00 PM CST, and interested vendors should direct inquiries to Maxwell Jones at maxwell.s.jones.civ@mail.mil or by phone at (618) 418-6946.
    SUBMIT A QUOTE TO PROVIDE, INSTALL, AND MAINTAIN A OTU-2 (10.709GB) LEASED ACCESS CIRCUIT BETWEEN 2721 SACRAMENTO STREET, WRIGHT PATTERSON AFB, OH 45433-5061 AND 3367 W DICKMAN RD, BATTLE CREEK AIR NATIONAL GUARD BASE, BATTLE CREEK, MI 49037.
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Information Systems Agency (DISA), is soliciting quotes for the provision, installation, and maintenance of an OTU-2 (10.709GB) leased access circuit connecting Wright Patterson AFB in Ohio to the Battle Creek Air National Guard Base in Michigan. This procurement aims to secure telecommunications services essential for operational connectivity, with the selected contractor required to comply with various federal acquisition regulations and provide detailed pricing for both recurring and non-recurring charges. Quotes are due by October 14, 2024, at 4:00 PM CST, and interested parties should direct inquiries to Maxwell Jones at maxwell.s.jones.civ@mail.mil or by phone at (618) 418-6946.
    SUBMIT A QUOTE TO PROVIDE, INSTALL, AND MAINTAIN A UNPROTECTED, TRANSPARENT LEASED OTU-2 DISA IE1 BACKBONE TRUNK BETWEEN BLDG 1000, ROOM 222, FL SL1, 900 SAC BLVD, OFFUT AFB, NE AND BLDG 110, ROOM 201, 1400 32ND AVENUE NORTH, FARGO, ND 58102.
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Information Systems Agency (DISA), is soliciting quotes for the provision, installation, and maintenance of an unprotected, transparent leased OTU-2 DISA IE1 backbone trunk between specific locations at Offutt Air Force Base, NE, and Fargo, ND. The procurement requires compliance with commercial item terms and conditions, including the submission of detailed pricing for both recurring and non-recurring charges, as outlined in the solicitation. This telecommunications service is critical for ensuring reliable communication infrastructure within the defense sector. Quotes are due by October 14, 2024, at 4:00 PM CST, and interested parties should direct inquiries to Maxwell Jones at maxwell.s.jones.civ@mail.mil or Dale Rupright at dale.l.rupright.civ@mail.mil.
    PROVIDE, INSTALL, AND MAINTAIN A 100MB ETHERNET SERVICE BETWEEN (BLDG) ONE LIBERTY CENTER; (RM) 3045, FL 3; 875 N RANDOLPH ST, SUITE 325, ARLINGTON, VA 22203/CCI, AND (BLDG) 1558; (RM) 41A; 1558 ALABAMA AVENUE, ANDREWS AFB, MD 20762
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Information Systems Agency (DISA), is seeking proposals for the provision, installation, and maintenance of a 100MB Ethernet service between two specified locations: One Liberty Center in Arlington, VA, and Building 1558 at Andrews AFB, MD. This procurement is critical for ensuring reliable telecommunications services, which are essential for operational efficiency within the agency. The solicitation is issued as a request for quote (RFQ) and will utilize a lowest price technically acceptable (LPTA) evaluation process. Interested vendors should submit their quotes by the specified deadline, and for further inquiries, they may contact Karen Pakosta or Dale Rupright via email.
    PROVIDE, INSTALL, AND MAINTAIN A OTU-4(111.809GB) BETWEEN BLDG 730, ROOM 132, 84 NORTH ASPEN STREET, BUCKLEY SFB, CO 80011-9518 (BCKLYSFB/RD1) AND BLDG 64, ROOM 6 1321 3RD STREET, INDIAN SPRINGS, CREECH AFB, NV 89018 (CRECHAFB/RD7)
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Information Systems Agency (DISA), is soliciting proposals for the provision, installation, and maintenance of an OTU-4 telecommunications system between Buckley Space Force Base in Colorado and Creech Air Force Base in Nevada. This procurement aims to secure commercial telecommunications services, specifically focusing on satellite communications and telecom access services, which are critical for maintaining effective communication capabilities within military operations. Interested vendors should note that the solicitation follows a request for quote (RFQ) format, with evaluations based on the lowest price technically acceptable (LPTA) criteria. Proposals are due by the specified deadline, and interested parties can contact Robyn Tebbe or Kevin Knowles via email for further information.
    PROVIDE, INSTALL, AND MAINTAIN A NEW OTU-2 (10.709GB) LEASED ACCESS CIRCUIT ON THE BETWEEEN BLDG 1052, ROOM 101, FLOOR 1, 1321 3RD STREET, CREECH AFB, NV 89018 AND BLDG P6, NETWORK ROOM, 4450 GRISSOM AVENUE, NELLIS AFB, NV 89191
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Information Systems Agency (DISA), is seeking proposals for the provision, installation, and maintenance of a new OTU-2 (10.709GB) leased access circuit connecting Creech Air Force Base (AFB) and Nellis AFB in Nevada. The procurement aims to enhance telecommunications infrastructure, which is critical for military operations and connectivity between bases. This opportunity is classified under the NAICS code 517111 for Wired Telecommunications Carriers, and it will utilize a Lowest Price Technically Acceptable (LPTA) source selection process for evaluating quotes. Interested vendors must submit their proposals by the specified deadline and can contact Jennifer Voss or Angelina Hutson via email for further information.