FY25 Redundant Fiber Optic Cable & Installation
ID: FA487725QA253Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4877 355 CONS PKDAVIS MONTHAN AFB, AZ, 85707-3522, USA

NAICS

Electrical Contractors and Other Wiring Installation Contractors (238210)

PSC

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

Set Aside

Historically Underutilized Business (HUBZone) Set-Aside (FAR 19.13) (HZC)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is soliciting quotes for the installation of redundant fiber optic cable at Davis-Monthan Air Force Base in Tucson, Arizona. The project involves the installation of 72 strands of Single Mode Fiber Optic Cable from building 88 to building 306, including necessary surveying, engineering, and removal of existing cabling, with a focus on enhancing network connectivity for Air Force facilities. This procurement is set aside for Historically Underutilized Business (HUBZone) contractors, with a firm-fixed price purchase order to be awarded based on the most advantageous quote considering price and technical capability. Interested contractors must submit their quotes by April 3, 2025, and can direct inquiries to Elisa Montoya at elisa.montoya@us.af.mil or Erick Ramirez Millan at erick.ramirez_millan@us.af.mil.

    Files
    Title
    Posted
    The Statement of Objectives (SOO) outlines the requirements for a contractor to install new fiber optic cable (FOC) from building 88 to building 306 at Davis-Monthan Air Force Base, Arizona. This project involves surveying, engineering, designing, procuring, delivering, and installing the FOC, including the removal of existing cabling and the installation of conduit as needed. The contract specifies that the new installation must consist of 72 strands of Single Mode FOC, which must be tested and operational before project completion. Contractors must possess proper equipment for working in confined spaces and are responsible for safety and repairs associated with the installation process. Warranty coverage for the project extends for one year after system acceptance. Access to ITN requires appropriate clearance, with personnel needing to be escorted into telecommunications areas for termination and testing. The purpose of this RFP is to enhance network connectivity for designated U.S. Air Force facilities at the location, ensuring compliance with environmental regulations during the project.
    The document outlines key elements related to federal government Requests for Proposals (RFPs), grants, and state and local RFPs. It emphasizes the importance of these funding opportunities as mechanisms for supporting various programs and projects across different government levels. The main topics include eligibility criteria, application processes, funding allocations, and deadlines associated with these proposals. Additionally, it discusses the significance of compliance with federal regulations and guidelines in the proposal submissions. The primary purpose of the document is to inform stakeholders and potential applicants about the opportunities available and the necessary steps to successfully navigate the application process while adhering to requirements. Overall, it serves as a comprehensive resource for understanding and engaging with government funding initiatives effectively.
    The document outlines federal acquisition regulations relevant to contractor compliance, focusing on terms significant for government contracts. Central clauses include requirements for informing employees about whistleblower rights, prohibitions against employing certain telecommunications equipment from specified entities, and adherence to safeguarding covered defense information. The document emphasizes rules regarding the financial operations of contractors, including the electronic submission of payment requests, and mandates various certifications, reflecting on compliance with federal laws related to child labor, tax liabilities, and employment statuses. It systematically presents clauses applicable to commercial products and services, detailing responsibilities for both government entities and contractors. By delineating compliance benchmarks and representation requirements, it ensures transparency in the contracting process while highlighting the importance of ethical considerations and operational standards. The comprehensive structure verifies that contractors understand obligations such as limitations on subcontracting and labor conditions tied to federal laws. Overall, the document serves as a regulatory framework facilitating responsible contracting practices within government procurement.
    The U.S. Department of Labor's Wage Determination No. 2015-5473 outlines minimum wage rates applicable to service contracts under the Service Contract Act in Pima County, Arizona, as revised on December 23, 2024. Contracts signed or renewed after January 30, 2022, must provide wages of at least $17.75 per hour, as per Executive Order 14026, while those awarded between January 1, 2015, and January 29, 2022, should adhere to an hourly wage of $13.30 if not renewed after the threshold date. The document lists detailed wage rates for various occupations, emphasizing minimum compensation requirements, yearly adjustments, fringe benefits, and paid sick leave provisions as mandated by Executive Order 13706. Contractors must also comply with provisions for paid vacation and holidays, uniform allowances, and hazardous pay differentiations if applicable. The conformance process for unlisted occupations is clearly defined, requiring contractors to propose new classifications and rates for approval by the Wage and Hour Division. This document serves to ensure fair compensation and labor standards for employees engaged in federal service contracts, promoting compliance and worker rights in the industry.
    Lifecycle
    Title
    Type
    Similar Opportunities
    FIBER OPTIC and CABLE INFRASTRUCTURE SUPPORT (FOCIS V)
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the Fiber Optic and Cable Infrastructure Support (FOCIS V) contract at Wright-Patterson Air Force Base in Ohio. This procurement involves providing comprehensive installation, upgrading, and maintenance services for communications cable infrastructure, including fiber optic and copper cabling, over a five-year period with a total estimated award amount of $19 million. The contract is set aside for 8(a) small businesses, emphasizing the government's commitment to enhancing diversity in federal contracting. Proposals are due by 4:00 PM Eastern Daylight Time on March 18, 2025, and interested parties should direct inquiries to Sam Hollon at samuel.hollon@us.af.mil or Nicole R. Barnes at nicole.barnes.5@us.af.mil.
    JNWC HP Cables
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting quotes for high power cables and associated connectors under solicitation number FA9401-25-Q-0013. This procurement aims to fulfill a requirement from the Air Force Joint Navigation Warfare Center for 58 coaxial cables and 40 connectors, such as 7/16 DIN and N-type, designed to transmit high-frequency signals under extreme environmental conditions. The initiative is set aside 100% for small businesses within the Fiber Optic Cable Manufacturing sector (NAICS 335921), reflecting the Air Force's commitment to sourcing innovative solutions from the small business community. Interested vendors must submit their quotes via email by March 19, 2025, and ensure compliance with the technical specifications outlined in the Statement of Work, with evaluations based on technical acceptability and pricing. For further inquiries, vendors can contact Amanda Decker, Rachel Copeland, or Anna Hartkopp via their provided emails.
    SUBMIT A QUOTE TO PROVIDE, INSTALL, AND MAINTAIN A CHANNELIZED OC-12 (622.08MB) BETWEEN (BLDG) 109, (RM) 120; 4210 BRADLEY CIRCLE, MOODY AFB, GA 31699-1505 (MOODYAFB/CCI) AND (BLDG) 857; (RM) 123; 401 EAST MOORE DRIVE, GUNTER ANNEX, AL 36114-3001
    Buyer not available
    The Department of Defense, through the Defense Information Systems Agency (DISA), is soliciting quotes for the provision, installation, and maintenance of a channelized OC-12 fiber optic circuit between Moody Air Force Base in Georgia and Gunter Annex in Alabama. Contractors are required to meet specific technical standards and deliver the service by June 18, 2025, ensuring compliance with stringent performance and integrity testing protocols. This telecommunications service is crucial for maintaining effective communication capabilities within military operations. Interested contractors must submit their quotes via the Integrated Defense Enterprise Acquisition System (IDEAS) by March 19, 2025, and can reach out to Robyn Tebbe or Kevin Knowles for further inquiries.
    CUSTOM CABLES
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting quotes for the procurement of custom cables through a Request for Quotation (RFQ) numbered FA8307-25-Q-B035. This opportunity is a 100% Small Business Set-Aside, aiming to acquire 285 units of a specific item (NSN: 5995-01-496-3703CS, PN: FL51242-5) under Simplified Acquisition Procedures. The goods are essential for communication equipment, reflecting the Air Force's commitment to engaging small businesses while adhering to stringent procurement standards. Interested bidders must submit their quotes by March 31, 2025, and can contact Rolando Pasayan at rolando.pasayan.1@us.af.mil for further details.
    PROVIDE, INSTALL, AND MAINTAIN A 100MB ETHERNET POINT TO POINT AT (BLDG) 1040; (RM) W107; (FL) 1; 5201 FLIGHT LINE DR; OKLAHOMA CITY, OK, 73179 AND (BLDG) 3900; (RM) 147; (FL) 1; BLDG 3900, 8705 INDUSTRIAL BLVD, TINKER AFB, OK 73145-33552.
    Buyer not available
    The Department of Defense, through the Defense Information Systems Agency (DISA), is seeking proposals for the provision, installation, and maintenance of a 100MB Ethernet point-to-point service at two military locations in Oklahoma City and Tinker Air Force Base. Contractors must meet specific technical requirements, provide detailed price quotations, and ensure compliance with federal telecommunications standards, including the prohibition of certain foreign equipment. This procurement is critical for enhancing communication infrastructure within military operations, and interested bidders must submit their quotes by April 10, 2025, via the Integrated Defense Enterprise Acquisition System (IDEAS) or an alternative email for those without access. For further inquiries, interested parties may contact Shannon Scheffel or Dale Rupright via their provided email addresses.
    Amend HC101324QA256-0001: SUBMIT A QUOTE TO PROVIDE, INSTALL, AND MAINTAIN A 1GB ETHERNET SERVICE BETWEEN SAN DIEGO, CA 92101 AND PALMDALE, CA, 93550
    Buyer not available
    The Department of Defense, through the Defense Information Systems Agency (DISA), is soliciting quotes for the provision, installation, and maintenance of a 1GB Ethernet service between San Diego, CA, and Palmdale, CA. The procurement aims to secure reliable telecommunications services critical for government operations, with a service life modified to 60 months and a new service start date set for April 18, 2025. Interested contractors must submit their proposals by January 2, 2025, adhering to specific technical requirements and compliance standards, with the evaluation process focusing on the lowest price technically acceptable (LPTA) criteria. For further inquiries, contractors can contact John Beckman or Dale Rupright via email at john.e.beckman.civ@mail.mil and dale.l.rupright.civ@mail.mil, respectively.
    PROVIDE, INSTALL, AND MAINTAIN A 1GB ETHERNET SERVICE, BTN: A. (BLDG) MISSION POINT; (RM) 340; (FL) 3; 2601 MISSION POINT BLD; DAYTON, OH, 45431/CCI, AND B. (BLDG) 20676; (RM) 201, 2ND FLR; 2435 5TH STREET, WRIGHT PATTERSON AFB, OH 45433-50611/CCI
    Buyer not available
    The Department of Defense, through the Defense Information Systems Agency (DISA), is soliciting proposals for the provision, installation, and maintenance of a 1GB Ethernet service at two locations in Dayton, Ohio. Contractors must comply with extensive testing and acceptance criteria, ensuring adherence to federal telecommunications standards and specific performance metrics. This telecommunications service is crucial for supporting government operations, emphasizing the need for timely and reliable service delivery. Interested contractors should note that the quote submission deadline is March 26, 2025, with a service activation date set for July 24, 2025. For further inquiries, contact Jennifer Voss at jennifer.n.voss.civ@mail.mil or Angelina Hutson at angelina.hutson.civ@mail.mil.
    SUBMIT A QUOTE TO PROVIDE, INSTALL, AND MAINTAIN A PT TO PT 1GB ETHERNET ACCESS BETWEEN THE COMMERCIAL DEMARC AT 725 17TH STREET NW, ROOM SB235; WASHINGTON, DC, 20503 AND THE PENTAGON, ROOM 1B488 (SOUTH POP), 6607 ARMY DRIVE, WASHINGTON DC 20310.
    Buyer not available
    The Department of Defense, through the Defense Information Systems Agency (DISA), is soliciting quotes for the provision, installation, and maintenance of point-to-point 1GB Ethernet access between two critical locations in Washington, DC. The procurement aims to ensure reliable and efficient telecommunications services, with a strict compliance to technical specifications, including interface requirements and testing protocols to validate network performance. This initiative underscores the government's commitment to maintaining infrastructure integrity and operational efficiency, while also emphasizing a total small business set-aside to encourage participation from smaller contractors. Interested vendors must submit their detailed quotes via the Integrated Defense Enterprise Acquisition System (IDEAS) by April 7, 2025, with a service commencement date targeted for July 7, 2025. For further inquiries, potential bidders can contact John Warner at john.d.warner28.civ@mail.mil or Kevin Knowles at kevin.l.knowles4.civ@mail.mil.
    PROVIDE, INSTALL, AND MAINTAIN A CHANNELIZED OC-12 (622.08MB) BETWEEN (BLDG) 2401, (ROOM) COMM, CAMP FEDERAL LANE, SEYMOUR JOHNSON AFB, NC(SYMJHAFB/CCI) AND (BLDG) 1-1434, (ROOM) 6, 3338 SCOTT ST, FT LIBERTY, NC
    Buyer not available
    The Department of Defense, through the Defense Information Systems Agency (DISA), is seeking contractors to provide, install, and maintain a channelized OC-12 telecommunications connection between Seymour Johnson Air Force Base and Fort Liberty, North Carolina. The contract, which spans a duration of 60 months, requires compliance with stringent technical specifications, including a minimum service availability of 99.5% and successful completion of a 72-hour end-to-end test prior to service commencement on August 3, 2025. This procurement is critical for enhancing military communication infrastructure, ensuring reliable connectivity between key facilities. Interested vendors should direct inquiries to Jennifer Voss or Angelina Hutson via email for further details on the submission process and requirements.
    PROVIDE, INSTALL, AND MAINTAIN UNPROTECTED TRANSPARENT CHANNELIZED OC-3 (155.52MB) LEASE BETWEEN ARLINGTON HALL STATION 1; 122, 2ND FLOOR; 111 SOUTH GEORGE MASON DR, ARLINGTON, VA 22204, AND PENTAGON, ROOM BC771, 6607 ARMY PENTAGON, WASHINGTON DC 20310.
    Buyer not available
    The Department of Defense, through the Defense Information Systems Agency (DISA), is seeking proposals for the provision, installation, and maintenance of an unprotected transparent channelized OC-3 (155.52 Mbps) lease between Arlington Hall Station in Arlington, VA, and the Pentagon in Washington, DC. The procurement aims to enhance secure telecommunications capabilities, requiring compliance with specific technical standards, including operational uptime of 99.5% or better and a one-hour response time for repairs. This opportunity is critical for ensuring reliable communication infrastructure for government operations. Interested contractors must submit their detailed quotes by March 27, 2025, and can direct inquiries to Kendal Richter at Kendal.k.richter.civ@mail.mil or Kevin Knowles at kevin.l.knowles4.civ@mail.mil for further clarification.