Telecom Data Cabling & Wiring Services
ID: RFIDataCablewireservicesType: Sources Sought
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFUS SECRET SERVICEU S SECRET SERVICEWASHINGTON, DC, 20223, USA

NAICS

Electrical Contractors and Other Wiring Installation Contractors (238210)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- OFFICE MACHINES/TEXT PROCESSING SYS/VISIBLE RECORD EQUIPMENT (J074)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Homeland Security, specifically the U.S. Secret Service, is seeking qualified contractors to provide telecommunications data cabling and wiring services. The procurement aims to install, terminate, test, and document various cabling systems, including telephone, data network, fiber optic, CATV, and CCTV, primarily within the Washington, D.C. area, including high-security locations such as the White House Complex. This contract will be awarded as a firm fixed price with a base year and two option years, and it requires contractors to comply with strict security protocols, including background checks and adherence to industry standards. Interested parties should submit their capability statements and responses to the RFI questions via the GSA RFI Link, and can contact Willie Bethune or Erik Syfert for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a series of questions for potential contractors responding to a government solicitation, likely a Request for Information (RFI) or a Sources Sought notice. The questions cover various aspects, including the firm's willingness to submit an offer under their GSA Contract, relevant GSA Contracts held, applicable SINS, Pools or Constellations, and the most appropriate NAICS code. It also inquires about business size, whether services/products are provided commercially, and socio-economic categories. Further questions assess the company's capability to perform all required services as outlined in the draft PWS, similar experience, realistic response times for RFQ preparation, necessary lead-time from award notification to start work, and whether the draft PWS enables an adequate response to an RFP. Finally, it asks if the company can meet performance objectives, if subcontracting will occur, and if so, the estimated percentage of work to be subcontracted.
    This Statement of Work (SOW) outlines the United States Secret Service's (USSS) requirement for telecom data cabling and wiring services. The USSS Administrative Operations Division (AOD) seeks a contractor to install, terminate, test, and document various cabling systems, including telephone, data network, Fiber Optic, CATV, and CCTV, as well as provide associated equipment. The services will be performed on an as-needed basis in USSS Washington, DC area locations (e.g., White House Complex, Headquarters). The contract will be a firm fixed price award with one base year and two option years. Contractor personnel must be US citizens, pass police background investigations, and adhere to strict security protocols, including the Privacy Act and safeguarding government property. The prime contractor must be located within 35 miles of 950 H Street NW DC. All cabling work must comply with NFPA 70, NEC, and EIA/TIA standards. The contractor will also be responsible for removing and reinstalling carpet and floor tiles to access cable pathways. Key personnel, organizational conflict of interest, and recognized federal holidays are also detailed.
    Lifecycle
    Title
    Type
    Sources Sought
    Similar Opportunities
    N--Structured Network Cabling Services
    Buyer not available
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking qualified contractors to provide structured network cabling services for the National Institute of Environmental Health Sciences (NIEHS) located in Research Triangle Park, North Carolina. The contractor will be responsible for planning, installing, and organizing cables and related components to establish a reliable and scalable network infrastructure, which is crucial for supporting engineering, operations, maintenance, and construction personnel. This five-year contract, with a performance period from February 1, 2026, to January 31, 2031, includes specific requirements for cabling types, installation methods, and safety regulations, with a total ceiling of $2 million. Interested parties should contact Andrew Gathogo at andrew.gathogo@nih.gov or +1 984 287 4386 for further details and must acknowledge receipt of the solicitation amendment by the specified deadline.
    Replacement/installation of a Video Surveillance System (VSS) at the United States Citizenship & Immigration Services Building located at 12500 Tukwila International Blvd. Tukwila, WA 98168-2505
    Buyer not available
    The Department of Homeland Security (DHS), through the Federal Protective Service (FPS), is seeking qualified contractors for the replacement and installation of a Video Surveillance System (VSS) at the United States Citizenship & Immigration Services Building located in Tukwila, Washington. The project requires contractors to provide all necessary labor, materials, and services, with a firm-fixed price contract to be awarded under a 100% small business set-aside, adhering to the NAICS code 561621 and a size standard of $25 million. This procurement is critical for enhancing security measures at the facility, with a performance period of 90 calendar days following the Notice to Proceed. Interested parties should direct inquiries to Contract Specialist Thomas Westlake at Thomas.Westlake@fps.dhs.gov, and note that the Request for Quotation (RFQ) documents are expected to be issued around November 24, 2025.
    F550 Retrofitting
    Buyer not available
    The United States Secret Service (USSS) is conducting a Request for Information (RFI) to identify potential vendors for retrofitting F-550 Ford Super Duty vehicles into Mobile Command Vehicles. The retrofit will involve significant modifications, including the installation of a rear conference room, upgraded HVAC systems, leveling jacks, a telescopic mast with a camera system, enhanced emergency lighting, and a comprehensive communication and computer network system. This initiative is crucial for enhancing operational capabilities during protective and investigative missions. Interested parties are encouraged to submit their responses by December 30, 2025, and may contact Aisha Collins or Jade Gaston via email for further inquiries.
    Replacement/installation of an Intrusion Detection System (IDS) at United States Citizenship & Immigration Services Building located at 12500 Tukwila International Blvd. Tukwila, WA 98168-2505.
    Buyer not available
    The U.S. Department of Homeland Security (DHS), through the Federal Protective Service (FPS), is seeking qualified contractors for the replacement and installation of an Intrusion Detection System (IDS) at the United States Citizenship & Immigration Services Building located in Tukwila, Washington. The project requires the contractor to complete the installation in accordance with the provided Statement of Work, with a firm-fixed-price contract structure and a completion timeline of 90 calendar days following the Notice to Proceed. This procurement is a 100% small business set-aside, emphasizing the importance of security systems in safeguarding federal facilities. Interested contractors must be registered with the System for Award Management (SAM) and can direct inquiries to Contract Specialist Thomas Westlake at Thomas.Westlake@fps.dhs.gov, with RFQ documents expected to be issued around November 24, 2025.
    Bldg. 4 to Bldg. 77L Exterior Telecommunications Cable Repair
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Philadelphia Division (NSWCPD), is soliciting proposals for a Firm Fixed Price (FFP) Construction Contract to repair exterior telecommunications cables between Building 4 and Building 77L at the Philadelphia Navy Yard. This project is a 100% Small Business Set-aside, aimed at ensuring that small businesses can compete for government contracts, and it emphasizes the importance of maintaining reliable telecommunications infrastructure for government operations. A site visit is scheduled for December 2, 2025, at 10:00 AM EST, and interested parties must submit their requests to attend by December 1, 2025, to the designated contacts, Rishi Mathur and David Rhoads, via their provided email addresses.
    Integrated Security Services Contract 5 (ISSC)
    Buyer not available
    The Department of Defense, through the Washington Headquarters Services, is seeking vendors for the Integrated Security Services Contract 5 (ISSC) to provide comprehensive electronic and physical security systems for various DoD facilities. This non-personal services contract is structured as a Firm Fixed Price Performance Based Indefinite Delivery/Indefinite Quantity (IDIQ) with a potential value not to exceed $475 million and a performance period of up to ten years, focusing on maintaining, repairing, installing, and supporting security systems such as access control, intrusion detection, and video surveillance. Interested firms must possess a Top Secret Facility Clearance and submit capability statements by December 12, 2025, detailing their administrative information, technical capabilities, and subcontracting plans. For further inquiries, vendors can contact Saba Samuels at saba.samuels.civ@mail.mil or Roya Sterner at roya.m.sterner.civ@mail.mil.
    Wireline Communication Services for the U.S. Mission to Canada
    Buyer not available
    The U.S. Department of State is seeking qualified vendors to provide Wireline Communication Services for the U.S. Diplomatic Mission to Canada, including the U.S. Embassy in Ottawa and various consulates across the country. The contract encompasses a range of services such as Analog Phone Services, Data Transport Services (PRI), SIP-Based Telephony Services, and Managed Dedicated Internet Services, with an emphasis on comprehensive invoicing and service continuity. This procurement is critical for maintaining effective communication capabilities for U.S. diplomatic operations in Canada. Quotations are due by January 5, 2025, at 16:00 EST, and interested parties must be registered in the SAM database and submit their proposals via email to ContractsOttawa@state.gov.
    PROVIDE, INSTALL, AND MAINTAIN A 1GB PT TO PT ETHERNET CONNECTION BETWEEN WASHINGTON, DC AND VA.
    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 1GB point-to-point Ethernet connection between Washington, DC, and Virginia. This procurement aims to enhance telecommunications capabilities, ensuring reliable and efficient network access for defense operations. The selected contractor will be responsible for delivering both recurring and non-recurring services, with specific pricing details outlined in the solicitation. Interested vendors should contact Shannon Scheffel at shannon.e.scheffel.civ@mail.mil or Dale Rupright at dale.l.rupright.civ@mail.mil for further information, as proposals are being requested with no formal written solicitation to follow.
    36C255-26-AP-0662 CAT6a Cable Pull - KC VAMC
    Buyer not available
    The Department of Veterans Affairs, through the Network Contracting Office 15, is seeking qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) for a CAT6a Cable Pull project at the Kansas City Veterans Affairs Medical Center (VAMC). The project involves the installation of approximately 800 Cat6a cables over a five-year period, requiring compliance with stringent infection control protocols, fire safety regulations, and industry standards, including the demolition of existing cables and installation of new ones with necessary infrastructure. This initiative is critical for enhancing the hospital's telecommunications capabilities, ensuring reliable connectivity for medical services. Interested contractors must respond by December 11, 2025, providing company information, UEI, and FSS contract details, and can contact Teresa Cabanting at teresa.cabanting@va.gov or 913-946-1976 for further inquiries.
    Buildout of SCIF
    Buyer not available
    The Department of Homeland Security, specifically the Federal Emergency Management Agency (FEMA), is seeking qualifications from small businesses to undertake the buildout of a Sensitive Compartmented Information Facility (SCIF) at the Mt. Weather Emergency Operations Center in Bluemont, Virginia. The project involves the completion of approximately 7,000 square feet of semi-completed office space, which includes the installation of a dry cooler, mechanical system upgrades, and various interior finishes and equipment installations. This initiative is crucial for enhancing operational capabilities and ensuring secure information handling within the facility. Interested vendors must submit their capability statements, demonstrating relevant experience and qualifications, by December 12, 2025, to Mr. Matthew Raible at matthew.raible@fema.dhs.gov, with an estimated project cost of $6 million to $8 million and a performance period of two years.