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 seeking qualified contractors 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 the removal of existing cabling and installation of necessary conduits, with a focus on enhancing network connectivity for military facilities. This procurement is set aside for Historically Underutilized Business (HUBZone) firms, with a firm-fixed price purchase order anticipated, and quotes must be submitted by May 13, 2025. Interested parties can contact Elisa Montoya at elisa.montoya@us.af.mil or (520) 228-2377 for further details.

    Point(s) of Contact
    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.
    The document provides responses to inquiries regarding the Redundant Fiber Installation project between Buildings 88 and 306 at a military installation, emphasizing compliance with Airfield operations and safety standards. Key topics include the required infrastructure, training for personnel, work hours, conduit specifications, and installation protocols. It confirms that the project requires a minimum of two four-inch conduits and the installation of fabric innerduct (Maxcell) in areas without existing infrastructure. GPS coordinates for both buildings and the distance between them (2.7 miles) are provided. The document addresses permitting timelines for flight line access, operational procedures, and safety regulations, including the handling of confined spaces as defined by AFI 91-203. The anticipated need for 72-port fiber optic patch panels at both endpoints and preferred fiber specifications (single-mode OS2) are also noted. Contractors are instructed to label all cables and maintain documentation of installation and testing. Overall, this Q&A seeks to clarify project specifics and ensure compliance with military standards, crucial for contractor proposal submissions.
    The document is a Q&A associated with the installation of redundant fiber optics between Buildings 88 and 306, part of a government Request for Proposal (RFP). Key aspects of the project include the training requirements for personnel working on the airfield, which necessitates Airfield Drivers Training for safety and operational compliance. Questions regarding infrastructure details reveal specific conduit specifications—requiring a minimum of two 4-inch ducts and the installation of Maxcell fabric innerduct alongside fiber optics. The project spans approximately 2.7 miles and includes tailored instructions for labeling, testing, and accessing underground utilities. Contractors must be prepared for potential complications such as obtaining flight line permits and addressing existing conduit conditions. Overall, the focus is on ensuring safety, effective infrastructure integration, and adherence to regulatory guidelines during the fiber installation process. The document also emphasizes coordination for the execution of the project post-contract award, indicating clear communication between contractors and government entities throughout the process.
    The document consists of a Q&A regarding the CS Redundant Fiber Installation project between Buildings 88 and 306, as part of a government RFP. It addresses key logistical aspects such as existing infrastructure, training requirements for airfield work, and installation specifications. Significant details include the affirmative that all fiber is to be installed in conduits, avoiding the use of fabric innerduct, while requiring at least two 4-inch conduits and a 1-inch innerduct in the installation. GPS coordinates for both buildings are provided, with the installation path spanning approximately 2.7 miles. The government clarifies that night work can be approved if necessary, and it outlines the responsibilities of contractors regarding dig permits and labeling installed cables. Maxcell innerduct is explicitly stated as not required, and specific fiber optic installation preferences include Corning/Altos brand cables. The document emphasizes the need for coordination with airfield management for operational impacts and establishes that the timeline for necessary permits begins only after contract award. Compliance with existing regulations, such as the Buy American Act, and proper labeling of materials are required. Overall, this document illustrates the requirements and expectations for potential contractors bidding on the fiber installation project, ensuring clarity on technical specifications and operational protocols.
    The DMAFB Telecommunications Design Guide, 2024 outlines the installation criteria for telecommunications systems at Davis-Monthan Air Force Base. It serves as a comprehensive framework for all base agencies and contractors involved in telecommunications cabling and distribution systems for new constructions and renovations. Key components include reference to various technical standards, such as Unified Facilities Criteria (UFC) and National Fire Protection Association (NFPA) codes. The guide emphasizes the importance of complying with these standards to enhance system maintenance and operational integrity. Central to the document are regulations for Land Mobile Radio systems, telecom spaces, grounding and bonding, outside plant installations, and emergency repair procedures. Each section specifies criteria for installations, including equipment types, cable specifications, labeling standards, and maintenance protocols, ensuring that all systems are designed and operated safely and efficiently. The guide also addresses classified systems' unique requirements, highlighting their specific handling needs to maintain security and compliance. Overall, the purpose of this detailed guide is to standardize the planning and execution of telecommunications projects at DMAFB, ensuring all infrastructures meet established military and federal standards while promoting safety and preparedness.
    The 355th Communications Squadron establishes guidelines for telecommunications installation criteria for facility construction and renovations to ensure standardization and compliance with Department of Defense (DOD) directives. This document serves as a blueprint for agencies and contractors involved in planning, designing, reviewing, and evaluating telecommunications systems. Key components include adherence to unified facilities criteria, specifications for various communication equipment, and requirements for cable types and installations. It emphasizes the importance of designing infrastructure that accommodates current needs while allowing for future expansions. Procedures for review at various design stages, along with detailed requirements for infrastructure installation—such as conduit specifications, equipment room layouts, and cable testing standards—are outlined. The document underscores a collaborative approach with base civil engineers and mandates proper documentation and inspections throughout the project lifecycle. Overall, it aims to enhance the efficiency and reliability of telecommunications systems at military facilities, contributing to operational readiness and compliance with applicable regulations.
    Lifecycle
    Title
    Type
    Similar Opportunities
    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.
    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 circuits from a legacy Synchronous Optical Network (SONET) to a Dense Wavelength Division Multiplexing (DWDM) Optical Transport Network (OTN) at Vandenberg Space Force Base in California. The project requires the contractor to provide on-site support for ten months, migrating between 300 to 500 circuits, which includes responsibilities such as migration design, equipment installation, and testing, while adhering to security requirements and minimizing government involvement. This procurement is critical as it addresses the need to replace outdated SONET infrastructure with modern DWDM technology, ensuring operational efficiency and compliance with DoD mandates. Interested contractors must submit their quotes by December 31, 2025, and direct any questions to Paul Baraldi or Scott Yeaple via email by December 10, 2025.
    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.
    Fiber Optics
    Dept Of Defense
    The Department of Defense, through the Naval Air Warfare Center Aircraft Division (NAWCAD), is seeking qualified small businesses to participate in a Blanket Purchase Agreement (BPA) for fiber optic cable manufacturing. This procurement aims to streamline the acquisition of essential supplies and services to support various naval operations, including Aircraft Launch and Recovery Equipment and Common Support Equipment. The BPA will facilitate ongoing procurement needs, with individual call orders not exceeding $250,000 and a master dollar limit of $4,999,999 over five years. Interested vendors must submit their capabilities statements and relevant documentation by March 11, 2026, to Karin Quagliato at karin.a.quagliato.civ@us.navy.mil, including their Cage Code and Unique Entity Identifier (UEID) for verification.
    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.
    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 FY26 Local and Long-Distance Telecommunication Services at Fairchild Air Force Base in Washington. The procurement aims to provide essential telecommunication services that meet specific operational standards outlined in the attached Statement of Work, including requirements for outages, service quality, and various communication lines. This contract is critical for maintaining effective communication capabilities at the base, ensuring mission readiness and operational efficiency. Interested small businesses must submit their proposals by December 18, 2025, at 10:00 AM PST, and can direct inquiries to Michael Salone at michael.salone@us.af.mil or 509-247-8082.
    Base Telecommunication Systems (BTS) at Altus AFB, OK
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the acquisition of Base Telecommunication Systems (BTS) services at Altus Air Force Base, Oklahoma. The contract, designated as a Request for Proposal (RFP), requires comprehensive operations and maintenance (O&M) services to ensure the BTS is operational 24/7, including wired telecommunications and networked voice, video, and data services. This procurement is critical for supporting the mission of the 97th Communications Squadron, emphasizing the need for reliable telecommunications infrastructure. Interested contractors must be registered in the System for Award Management (SAM) and submit their proposals electronically by the deadline of December 10, 2025, with a maximum contract value of $30 million over a five-year period. For further inquiries, contact Jennifer Blaser-Kay at jennifer.blaserkay.2@us.af.mil or Kelsey Brightbill at kelsey.brightbill@us.af.mil.
    Matador Manor Streetlights
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the "Matador Manor Streetlights" project at Malmstrom Air Force Base in Montana. The project entails the removal and replacement of existing street lights, poles, and concrete bases, along with the installation of new electrical infrastructure, including circuits and conduits, utilizing directional drilling techniques. This procurement is significant for enhancing the safety and functionality of the base's lighting systems, with an estimated contract value between $500,000 and $1 million. Interested small businesses must submit their proposals by January 21, 2026, at 2:00 PM MST, and are encouraged to attend a mandatory site visit on January 8, 2026, at 1:00 PM MST. For further inquiries, contact Lt Alessandra Ramirez at alessandra.ramirez.1@us.af.mil or Cody Babinecz at cody.babinecz@us.af.mil.
    Fiber J&A
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking to justify a contract award related to fiber network products and services at Eielson Air Force Base in Alaska. This procurement involves the acquisition of digital network products, which are critical for maintaining and enhancing the IT and telecommunications infrastructure. The Justification and Approval (J&A) process indicates the importance of these goods in supporting operational capabilities at the base. For further inquiries, interested parties can contact Garrett Guiliano at garrett.guiliano@us.af.mil or Justin Williams at justin.williams.18@us.af.mil.
    CABLE AND INTERNET SERVICES
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking contractors to provide cable and internet services throughout Fort Benning, Georgia. This procurement aims to ensure reliable IT and telecom network support services, which are critical for maintaining effective communication and operational capabilities at the military installation. Interested vendors can reach out to Krista Spencer at krista.m.spencer.civ@army.mil for further details regarding the contract, which is categorized under the PSC code DG01. Additional information about deadlines and funding amounts will be provided during the procurement process.