CMSFS Fiberoptic Cable Installation
ID: FA251725Q0049Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA2517 21 CONS BLDG 350PETERSON SFB, CO, 80914-1117, 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, specifically the Department of the Air Force, is soliciting proposals for the installation of fiber optic cable at Cheyenne Mountain Space Force Station in Colorado. The project requires contractors to engineer, furnish, install, and test (EFI&T) new fiber optic cable, ensuring compliance with safety, security, and environmental standards, with a focus on providing new equipment and materials. This initiative is crucial for enhancing telecommunications infrastructure within government facilities, reflecting the commitment to modernize and secure communication systems. Interested small businesses must submit their quotations by June 17, 2025, to TSgt Holly Hepler at holly.hepler@spaceforce.mil, and all inquiries should be directed to the same email address by June 10, 2025.

    Point(s) of Contact
    Files
    Title
    Posted
    The Performance Work Statement (PWS) outlines requirements for upgrading fiber optic cable at Cheyenne Mountain Space Force Station, CO. The project consists of two main tasks: CLIN 0001 involves installing a 36-strand single mode fiber optic cable from Information Transfer Building (ITB) 308 to ITB 101, along with a 12-strand cable to End Building (EB) 15. CLIN 0002 entails a 36-strand fiber optic cable installation from ITB 3000 to ITB 308. The contractor is responsible for providing all necessary equipment, materials, and personnel while adhering to strict safety, security, environmental, and quality assurance standards. General requirements include site coordination with safety officers, proper accident reporting, security clearances, environmental compliance, and obtaining required permits. Specific installation tasks involve handling splicing, labeling, grounding, and establishing an adequate underground conduit system. The document emphasizes the importance of maintaining operational security and outlines procedures for project management, site supervision, and deliverable submissions, including weekly status reports and final acceptance documentation. This initiative reflects the government's commitment to enhancing telecommunications infrastructure, ensuring compliance with both federal and state regulations.
    The document is a Price Sheet for a federal Request for Proposal (RFP) related to the installation and development of fiber optic cables at Cheyenne Mountain Space Force Station (SFS). The project has an estimated performance period of 183 days, from June 20, 2025, to December 19, 2025. It includes multiple Contract Line Item Numbers (CLINs) with various Service Line Item Numbers (SLINs) detailing the specific cable installations required, such as connections between ITB 308, ITB 101, ITB 3000, and EB 15, as outlined in the Performance Work Statement (PWS). The document also provides a structure for contractors to fill in their pricing, including unit costs and total evaluated price, although all cells currently display zero values. It specifies the necessary services and compliance with various PWS paragraphs, highlighting the contractor's obligation to provide certain fiber optic cable installations per federal standards. The emphasis on detailed requirements illustrates the stringent guidelines involved in federal contracting for such telecommunications infrastructure projects. Overall, this document serves as a pivotal reference for contractors looking to bid on the fiber optic installation initiative.
    The document outlines the contract administration details and clauses relevant to government contracts, specifically those associated with the Defense Federal Acquisition Regulation Supplement (DFARS) and the Federal Acquisition Regulation (FAR). It highlights provisions for electronic payments through the Wide Area Workflow (WAWF) system, clarifying the responsibilities and documentation required from contractors for payment processing. Key clauses regarding compliance, such as Prohibitions against business ties with particular regimes and data safeguarding, are emphasized, signifying the government's commitment to ethical practices and security. The purpose is to ensure that contractors are aware of their obligations concerning payment processes, compliance with federal regulations, and ethical standards while executing their contracts. This document serves as a comprehensive guide to the contractual framework necessary for effective collaboration between contractors and the government, ensuring legal adherence and operational efficiency.
    The document is a Wage Determination issued by the U.S. Department of Labor under the Service Contract Act, detailing minimum wage and fringe benefit requirements for federal contracts in Colorado's El Paso and Teller counties. It specifies the applicable minimum wage rates for different contract start or renewal dates, influenced by Executive Orders 14026 and 13658. The document lists numerous occupational classifications along with their corresponding wage rates for 2025, along with benefits such as health and welfare, paid sick leave, and vacation. Contractors must adhere to these wage standards and ensure proper reporting and classification of employee roles not explicitly listed. The document also includes guidance on compliance, conformance procedures, and potential hazardous and uniform allowances. Overall, it serves to inform contractors of wage and labor requirements necessary for contract compliance under the federal government's policies.
    This document, a DD Form 254 from the Department of Defense, outlines the security classification specifications for a federal contract (FA251725Q0049) related to engineering, furnishing, installing, and testing fiber optic cable. The contractor must have a minimum SECRET security clearance but will not require specific safeguarding for classified materials at their facility. The performance location is identified as Cheyenne Mountain Space Force Station in Colorado. The scope involves installing approximately 770 feet of fiber optic cable and related equipment, ensuring that all materials are new and compliant with security protocols. It emphasizes that any public dissemination of contract-related information requires prior approval and follows strict guidelines outlined in the National Industrial Security Program. Several aspects of contractor operations are restricted to maintain security, including access to sensitive information and physical spaces. The document assigns inspection responsibilities and provides contact information for relevant government contracting officials. The overarching purpose of this document is to ensure secure management and handling of classified information pertaining to the contract within the framework of government procurement and security standards.
    The document consists of Q&A from a previous solicitation regarding the OSP FOC Upgrade at CMSFS (Project Number: FA2517-25-Q-0049). It outlines the government's responses to contractors' inquiries about the project requirements and procedures. Key topics include specifications for fiber optic distribution panels, connector preferences (favoring LC over SC), work hours (7am to 3pm), confined space safety training for manhole operations, and the need for plenum-rated ducting for interior installations. Contractors are advised on logistical aspects including tool access, equipment shipping procedures, and storage limitations. The requirement for new conduits instead of existing ones and the necessity for junction boxes at turn locations to facilitate network expansion are highlighted. Additionally, the document stipulates security clearance requirements and the need for contractor compliance with inspection processes for supplies and tools. Overall, the Q&A format serves as an essential guideline to ensure clarity and compliance with project standards for potential contractors.
    The document outlines the questions and answers related to Solicitation FA251725Q0049, focusing on personnel requirements and proposal submission details for a government contract. A key requirement is that CLIN 0002 necessitates SECRET-cleared personnel, with escorted access deemed unacceptable as the government lacks on-site support for such supervision. Proposals must include all Contract Line Item Numbers (CLINs) and cannot be submitted for CLIN 0001 only. The project is classified as a service rather than construction, thus no construction magnitude is disclosed. Although it is a new contract, there was a prior similar project awarded to Aquintas, LLC. Additionally, maps relevant to the project are available in the provided attachment, and there will be no extension of the proposal submission deadline, which remains set for June 17, 2025, at 1000 MDT. This document is part of the federal Request for Proposal (RFP) process, ensuring clarity and compliance for prospective bidders.
    The 21st Contracting Squadron (21 CONS) has issued a combined synopsis/solicitation (RFQ FA2517-25-Q-0049) for commercial services related to the engineering, furnishing, installation, and testing (EFI&T) of fiber optic cable at Cheyenne Mountain SFS. This project is set aside for small businesses, utilizing the NAICS code 238210, with a firm fixed price contract awarded to the Lowest Price Technically Acceptable offeror. The contractor is required to provide new equipment and materials for two fiber optic cable installations between specified buildings. Quotations must be submitted by June 17, 2025, with technical and pricing components required, including safety and environmental compliance plans. Key evaluation factors include technical approach, safety requirements, environmental considerations, and facility secret clearance demonstrations. The government may cancel the solicitation at any time, and potential offerors must be registered in SAM and Wide Area Workflow for contract processing. This solicitation reflects efforts to modernize and enhance telecommunications infrastructure in government facilities, while ensuring compliance with safety and security protocols.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Installation Fiber Optics Networking Support Services
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Warfare Center (NAWCWD), is seeking qualified contractors to provide Installation Fiber Optics Networking Support Services. This procurement aims to secure Subject Matter Experts (SMEs) who will deliver cost-effective installation services for fiber optic networking, including network designs, fiber builds, and infrastructure mapping, which are not covered by existing Naval Enterprise Network frameworks. The contract will be a cost-plus-fixed-fee (CPFF) arrangement for a total of five years, comprising a one-year base period and four one-year options, with a total small business set-aside under NAICS code 541512. Interested parties must register in the System for Award Management (SAM) and submit proposals electronically via the PIEE Solicitation Module, with the solicitation expected to be posted around November 17, 2025. For further inquiries, contact Erika Martin at erika.m.martin6.civ@us.navy.mil or Erin K Strand at erin.k.strand.civ@us.navy.mil.
    Fy26 Local and Long-Distance Telecommunication Services Renewal
    Dept Of Defense
    The Department of Defense, specifically the U.S. Air Force's 92d Contracting Squadron, is seeking proposals for the renewal of Local and Long-Distance Telecommunication Services at Fairchild Air Force Base in Washington. The procurement aims to provide essential telecommunications services that meet specific operational requirements outlined in the attached Statement of Work, including service quality, outage management, and compliance with government standards. This contract is critical for maintaining effective communication capabilities, particularly during emergencies, and is set aside exclusively for small businesses under NAICS code 517111. Proposals are due by December 18, 2025, at 10:00 AM PST, with past performance questionnaires required by December 16, 2025, at 1:00 PM PST. Interested parties can contact Michael Salone at michael.salone@us.af.mil or 509-247-8082 for further information.
    SLD 30/SC SONET to DWDM Migration Part 2B
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting quotes for the migration of up to 500 circuits from a legacy Synchronous Optical Network (SONET) to a Ciena-based Dense Wavelength Division Multiplexing (DWDM) Optical Transport Network (OTN) at Vandenberg Space Force Base in California. The procurement aims to provide comprehensive services including engineering, planning, equipment provision, and implementation over a ten-month period, with a focus on developing a migration design and executing the migration while adhering to stringent security requirements. This opportunity is classified under NAICS code 541512 for Computer Systems Design Services, with a small business size standard of $34 million, and the contract will be awarded based on the best value considering technical approach and price. Interested vendors must submit their quotations by December 31, 2025, and direct any inquiries to Paul Baraldi or Scott Yeaple via email by December 10, 2025.
    Cables, Fiber Optic
    Dept Of Defense
    The Defense Logistics Agency (DLA) is seeking suppliers for fiber optic cables to support military depots, with a presolicitation notice indicating multiple National Stock Numbers (NSNs) for various cable specifications. The procurement includes cables compliant with specific military specifications, with a required delivery timeframe of 150 days and terms for FOB Origin and Inspection and Acceptance at Destination. This contract, which is not set aside for small businesses, will be a Fixed Price, Indefinite Delivery Contract (IDC) for a base period of two years, with proposals evaluated based on price, past performance, and delivery. Interested vendors can submit proposals electronically, with the solicitation expected to be available on December 19, 2025, under solicitation number SPE7M26RX011; for further inquiries, contact Kristina Wolf at Kristina.wolf@dla.mil or 614-693-2623.
    Power Independence, Mission Control Station (PIMCS), Buckley Space Force Base (SFB), Colorado (CO)
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is soliciting proposals for the Power Independence, Mission Control Station (PIMCS) project at Buckley Space Force Base in Colorado. This procurement aims to update the current estimate for Contract Line Item Number (CLIN) 0007, along with providing revised specifications and drawings necessary for the construction of electronic and communications facilities. The project is critical for enhancing power independence at the mission control station, ensuring operational efficiency and reliability. Interested contractors should note that the proposal due date has been extended to January 6, 2026, at 1400 Central Time, and may contact Scott Dwyer or Brittany Gull for further information.
    FIBER OPTICS
    Dept Of Defense
    The Department of Defense, specifically the Naval Surface Warfare Center, is seeking quotations for fiber optic tool kits and related equipment as part of a combined synopsis/solicitation. The procurement includes four combination fiber optic kits that must comply with DOD-STD-2042NF specifications and contain specific components such as torque wrenches, adaptors, and inspection scopes, among others. These kits are crucial for the Strategic Systems Programs Branch's fiber optic operations, ensuring the maintenance and functionality of critical systems. Interested vendors must submit their quotes electronically by the specified deadline, and all submissions must include a detailed list of items, firm pricing, and adhere to strict packaging and shipping requirements. For further inquiries, potential offerors can contact Elizabeth Groncki at elizabeth.groncki.civ@us.navy.mil or by phone at 951-393-4354.
    Operational Test and Training Infrastructure (OTTI) Commercial Solutions Opening (CSO)
    Dept Of Defense
    The United States Space Force (USSF) is issuing a Commercial Solutions Opening (CSO) for the Operational Test and Training Infrastructure (OTTI), seeking innovative solutions for space test, training, exercises, and related infrastructure. The procurement aims to acquire advanced commercial products, technologies, and services, particularly focusing on specific Areas of Interest (AOIs) such as Continuous Fitness Assessment, Multirole Satellite Frequency In-field Test Suite, and enhancements to the National Space Test and Training Complex. Interested offerors are invited to participate in a multi-phased submission process, with key deadlines for submissions extending into December 2025, and are encouraged to contact Crystal Price or Cassie DeBree for further information regarding the solicitation and requirements.
    AF CyberWorx Commercial Solutions Opening (CSO)
    Dept Of Defense
    The Department of Defense, through the Air Force CyberWorx, is soliciting innovative commercial technologies and services via its Commercial Solutions Opening (CSO) FA7000-23-S-C001, aimed at enhancing critical defense capabilities. The initiative specifically seeks solutions for the Software-Defined Wide Area Network (SD-WAN) Phase II, which will improve the NIPR and SIPR network infrastructure across the USAFE-AFAFRICA area from July 23 to August 13, 2025, by integrating advanced technologies such as SD-WAN, SRv6, IP Address Management (IPAM), and upgraded DHCP systems. This procurement is vital for establishing a robust and secure communication network, ensuring compatibility with existing systems, and maintaining operational excellence. Interested parties should submit their proposals, including a Rough Order of Magnitude for equipment costs, to Gary Monson or Tikiwa Durrell at 10CONS.PK.Cyberworx@us.af.mil, with the submission process involving multiple phases and evaluation based on technical merit and funding availability.
    Local and Long-Distance Telecommunication Services
    Dept Of Defense
    The Department of Defense, specifically the U.S. Air Force's 92d Contracting Squadron, is seeking qualified businesses to provide Local and Long-Distance Telecommunication Services at Fairchild Air Force Base in Washington. The objective is to deliver essential telecommunication services, including 24/7/365 support, while transitioning from analog to VoIP systems, as outlined in the draft Statement of Work (SOW). These services are critical for maintaining effective communication infrastructure and must comply with existing government standards, including E911 compatibility and specific service requirements. Interested parties are encouraged to submit their qualifications and relevant information by October 3, 2025, at 10:00 AM Pacific Time, to the designated contacts, Michael Salone and Patrick Rangel, via the provided email addresses.
    50 CES Burn Tower Maintenance Re-acquisition
    Dept Of Defense
    The Department of Defense, through the 50th Contracting Squadron, is seeking qualified contractors for the maintenance and inspection of the Fire Department Burn House and firefighting training props at Schriever Space Force Base (SSFB) in Colorado. The contractor will be responsible for providing all necessary labor, materials, and equipment to ensure compliance with National Fire Protection Association standards and manufacturers’ specifications, including annual inspections and emergency repairs. This total small business set-aside contract is structured for a single annual maintenance visit with options for up to four additional years, with quotes due by January 9, 2026, and questions accepted until December 29, 2025. Interested parties should contact Danielle Hunziker at danielle.hunziker@spaceforce.mil or David Anderson at david.anderson.182@spaceforce.mil for further details.