SATAF Coaxial Cable Run (F.E. Warren AFB)
ID: FA461324Q1061Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4613 90 CONS PKFE WARREN AFB, WY, 82005-2860, USA

NAICS

Electrical Contractors and Other Wiring Installation Contractors (238210)

PSC

INSTALLATION OF EQUIPMENT- ELECTRICAL AND ELECTRONIC EQUIPMENT COMPONENTS (N059)

Set Aside

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

    The Department of Defense, through the 90th Contracting Squadron, is seeking qualified contractors for the installation of a new coaxial cable run at F.E. Warren Air Force Base in Wyoming. The project involves extending commercial wireless internet capabilities by installing approximately 1,200 linear feet of underground RG-11 coaxial cable and establishing a Building Distribution point, with completion required within 50 business days post-award. This procurement is critical for enhancing IT infrastructure to support military operations, ensuring compliance with federal, state, and local regulations throughout the process. Interested parties must submit their quotes by September 10, 2024, and are encouraged to contact Jason Moldenhauer at jason.moldenhauer.1@us.af.mil or Paul W. Bissett at paul.bissett@us.af.mil for further inquiries.

    Files
    Title
    Posted
    The Performance Work Statement outlines the requirements for contractors to install IT infrastructure supporting the Sentinel SATAF operations at F. E. Warren Air Force Base, Wyoming. Key objectives include extending commercial wireless internet service to a designated facility through the installation of a Building Distribution point and underground cabling. Contractors must ensure compliance with safety, environmental, and security regulations, while maintaining a clean and safe work environment. Deliverables must include a proposed work schedule, permits, and a final walkthrough with the Project Manager. The work is expected to be completed within 50 business days from contract award, with specific quality control and assurance standards necessitating regular government oversight. Security is paramount, and contractors must ensure their personnel adhere to strict guidelines regarding access and confidentiality. Overall, the document emphasizes the necessity for adherence to federal, state, and base regulations while fostering accountability and proactive safety measures throughout the project. This Performance Work Statement serves as a critical framework for managing IT infrastructure enhancements vital to national defense operations.
    The document outlines the proposed installation of approximately 1,200 linear feet of communication line, while referencing the existing infrastructure of electrical and water lines in the vicinity. The primary focus is on the physical layout and the relationship between the new communication line and the established utilities. The proposal serves as a preliminary framework for evaluating potential impacts on existing services and ensuring compliance with safety and operational standards. Clarity in delineating the existing lines is crucial for planning the installation process, as it aims to minimize disruptions and integrate with current systems. The overall purpose of this document indicates a step forward in enhancing communication capabilities, reflecting the needs prevalent in government infrastructure upgrades and local development projects.
    The Performance Work Statement outlines the requirements for providing IT infrastructure services to support Sentinel SATAF operations at F. E. Warren Air Force Base, Wyoming. The contractor is responsible for managing and executing the installation of a commercial wireless extension, which includes the installation of underground coaxial cable and associated infrastructure. Specific guidelines dictate using rigid innerduct for cable installation, ensuring a safe and clean work environment, and adhering to environmental regulations. The project must be completed within 50 business days post-award, with necessary permits coordinated in advance. Quality control and assurance measures are emphasized, with ongoing evaluations by government representatives. Security protocols for accessing the base and safeguarding government property are detailed. Contractors are required to comply with environmental protection laws, safety regulations, and operational security principles. A warranty for the newly installed systems is mandated, ensuring at least one year of coverage post-acceptance. This document serves as a standard in government contracting, ensuring project execution aligns with compliance, quality, and safety standards, thereby facilitating efficient IT infrastructure support for military operations.
    The federal solicitation document FA461324Q1061 outlines compliance and requirements for contractors, emphasizing adherence to specific clauses related to compensation, cybersecurity, whistleblower rights, and procurement rules. A significant section is devoted to clauses related to the Protection of Government buildings, treatment of hazardous materials, and the Buy American Act, all integral to maintaining ethical standards and ensuring national security. The document includes detailed instructions for offerors, such as electronic submission protocols for invoicing and information related to supply chain security. It also includes compliance measures against doing business affiliated with the Maduro regime, ensuring contractor accountability through representations regarding business operations. Moreover, the document specifies various requirements pertaining to small and disadvantaged business certifications, ensuring inclusivity throughout the procurement process. These elements collectively illustrate the government's commitment to ethical conduct, transparency in procurement practices, and safeguarding national interests within the contractor community.
    The document is a solicitation FA461324Q1061, outlining supplemental clauses for an acquisition by the Department of the Air Force (DAFFARS). It includes several important provisions: 1. **Ombudsman Clause (JUL 2023)**: Establishes a process for interested parties to raise concerns about solicitations, mandating that parties first address issues with the contracting officer before involving the ombudsman. The ombudsman’s role is facilitative, without authority to make binding decisions. 2. **Elimination of Class I Ozone Depleting Substances (ODS)**: Contractors are prohibited from providing products or services that require Class I ODSs in their specifications, except in manufacturing contexts. 3. **Health and Safety**: Contractors must ensure safety measures are in place on government installations, complying with occupational safety standards. Violations may lead to contract termination. 4. **Prohibition Regarding Russian Fossil Fuel Operations**: Contracts must include clauses prohibiting engagements with entities involved in Russian fossil fuel operations, with specific definitions and exceptions noted. 5. **Access and Identification for Contractor Personnel**: Details procedures required for contractor access to Air Force installations, including obtaining necessary identification and compliance with security regulations. These clauses contribute to operational integrity, environmental sustainability, and compliance with national security measures within government contracts.
    The government file outlines a Request for Proposals (RFP) aimed at addressing specific community needs through federal and state grants. It emphasizes the importance of fostering collaboration between local businesses and government agencies to initiate projects that enhance public services, economic development, and community resilience. Key elements include eligibility criteria for applicants, evaluation metrics for project bids, and guidelines on budget proposals and timelines. The document also encourages innovation and sustainable practices in project design and implementation. Additionally, it outlines the review process for submissions, detailing the roles of various stakeholders involved in selecting successful projects. Overall, this RFP aims to empower communities and improve public infrastructure while ensuring accountability and effective use of governmental funding.
    The document consists of a Q&A section regarding an RFP for the installation of RG-11 cable between buildings in a specified area, including the temporary SATAF building. Key points from the responses indicate that the cable run will only connect from the existing pedestal at Building 1250 to the new pedestal for the temporary building, while the previous requirement to connect to Building 1292 has been removed. The selected contractor will provide the necessary pedestals, with specifications to be determined in consultation with relevant communications entities. Additionally, a site visit sign-in sheet is available, and a 5-day extension request has been approved. This document is essential for clarifying project requirements and facilitating communication between the government and contractors involved in the cable installation project.
    The document pertains to a site visit related to the SATAF New Cable Run project, indicating that it involves a collective meeting organized by the 90th Contracting Squadron (90 CONS) of the Air Force Global Strike Command. The meeting involved several personnel, including TSgt Moldenhauer, AFGSC representatives, and associates from Simpson Electric. The purpose appears to be to assess the project requirements and logistics, given the participation of multiple stakeholders, which signifies coordination among military and contracting entities. The provided contact details and organizational affiliations suggest a structured approach to project management within the framework of federal RFPs. The sign-in sheet serves as a formal record of attendees, establishing accountability and communication channels for further project developments. The meeting date is recorded as August 27, 2024, indicating proactive planning and engagement in this facility enhancement initiative.
    The 90th Contracting Squadron seeks quotes for a Firm Fixed-Price Commercial Award to extend commercial wireless internet capabilities to a relocatable facility at Francis E. Warren AFB in Wyoming. The work involves installing 1,200 linear feet of RG-11 Coaxial Cable and associated infrastructure, with a required completion time of 50 business days. This project is a Total Small Business Set Aside, governed by FAR Part 12 (Acquisition of Commercial Items) and FAR Part 13 (Simplified Acquisition Procedures). Evaluations will be based on price and technical acceptability, with award given to the lowest priced technically acceptable offeror. Quotes are due by September 10th, 2024.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    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.
    SUBMIT A QUOTE TO PROVIDE, INSTALL, AND MAINTAIN A 10GB NON-SWITCHED, ETHERNET CIRCUIT REAWARD BETWEEN BLDG 173, SWITCH RM, 173 BUFFINGTON ROAD, PICATINNY ARSENAL, NJ 07806 AND BLDG 308, RM 203, 5450 CARLISLE PIKE, MECHANICSBURG, PA 17050.
    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 a 10GB non-switched Ethernet circuit between two locations: Building 173 at Picatinny Arsenal, NJ, and Building 308 in Mechanicsburg, PA. This procurement aims to enhance telecommunications infrastructure, ensuring reliable connectivity essential for military operations and coordination. The solicitation is structured as a request for quote (RFQ), with a focus on compliance with technical specifications and pricing for monthly recurring and non-recurring charges. Interested vendors should submit their quotes by the specified deadline, and for further inquiries, they can contact John Warner or Kevin Knowles via the provided email addresses.
    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.
    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 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 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.
    WPAFB Commercial Internet and Cable Television (CATV) Services
    Active
    Dept Of Defense
    The Department of Defense, through the Air Force Life Cycle Management Center (AFLCMC), is seeking capabilities from small businesses to provide commercial internet and cable television (CATV) services at Wright-Patterson Air Force Base (WPAFB), Ohio. The procurement aims to establish a Firm-Fixed Price contract for a base year with four one-year options, focusing on delivering reliable broadband and CATV services to support base personnel across various locations and facilities. The Performance Work Statement outlines specific service requirements, including internet speed tiers, maintenance protocols, and CATV programming, while emphasizing the need for high service reliability and adherence to security protocols. Interested firms must submit their capabilities packages by September 19, 2024, at 12:00 PM Eastern Time, to the primary contacts Jennifer Blackford and Shannon Scott via the provided email addresses.
    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.
    SUBMIT A QUOTE TO PROVIDE, INSTALL, AND MAINTAIN A 10GB NON-SWITCHED, ETHERNET CIRCUIT REAWARD BETWEEN BLDG 173, SWITCH RM, 173 BUFFINGTON ROAD, PICATINNY ARSENAL, NJ 07806 AND BLDG 26-2, WALLACE SUITE RM, 700 ROBBINS STREET, PHILADELPHIA, PA 19111.
    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 a 10GB non-switched Ethernet circuit between two specified locations: BLDG 173 at Picatinny Arsenal, NJ, and BLDG 26-2 in Philadelphia, PA. This procurement aims to enhance telecommunications capabilities, ensuring reliable connectivity for military operations and related services. The solicitation is structured as a request for quote (RFQ) and will utilize a lowest price technically acceptable (LPTA) evaluation process. Interested vendors must submit their quotes, which should detail monthly and non-recurring charges, by the specified deadline, and can direct inquiries to John Warner or Kevin Knowles via their provided email addresses.
    PKAA Vehicle & Cargo X-Ray Insp System
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the procurement and installation of a Vehicle & Cargo X-Ray Inspection System at F.E. Warren Air Force Base in Wyoming. The project requires a high-capacity scanner capable of processing 120 trucks per hour, integrating advanced imaging technologies, and ensuring compliance with stringent performance metrics, including third-party certification for density and resolution. This initiative is crucial for enhancing security infrastructure and operational efficiency at military installations. Interested contractors must submit their written quotations by September 30, 2024, and direct any inquiries to SrA Kyra Niece at kyra.niece@us.af.mil or Arthur W. Makekau at arthur.makekau@us.af.mil.