Aircrew Facility Network Install
ID: FA940125Q0021Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA9401 377 MSG PKKIRTLAND AFB, NM, 87117-0001, 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 quotes for the "Aircrew Facility Network Install" project at Kirtland Air Force Base in New Mexico. This procurement involves the installation of NIPRNet access to Building 917, which includes the installation of conduit, fiber optic cabling, and CAT 6 wiring, with a completion timeline of 45 calendar days post-award. The project is critical for enhancing telecommunications infrastructure within the DoD, ensuring secure and efficient communication capabilities. Interested small businesses must submit their quotes by August 18, 2025, with questions due by August 8, 2025; for further inquiries, contact Andrew Wiseman at andrew.wiseman.2@us.af.mil or Andrew Pascoe at andrew.pascoe@us.af.mil. The total award amount is estimated at $19 million, with a performance period from September 2 to December 1, 2025.

    Point(s) of Contact
    Files
    Title
    Posted
    This Statement of Work (SOW) outlines the requirements for establishing network connectivity in Building 917 at Kirtland AFB, NM, by connecting it to the broader Department of Defense (DoD) telecommunications network. The project involves installing 4-inch conduit, 12-strand single-mode fiber optic cabling, and CAT 6 premise wiring to provide NIPRNet access. Key requirements include connecting Building 917 to Building 1044, performing a detailed site survey, and completing all work within 45 calendar days of contract award. The contractor is responsible for project execution, including site coordination, supervision, security clearances, safety compliance, and system implementation, ensuring adherence to industry standards and military specifications. Deliverables include as-built documentation, test results, and inventory of newly installed equipment. The SOW also details technical specifications for cabling, power, and equipment installation, emphasizing testing, system turnover, warranty, and logistics support, including the proper handling and disposal of materials and adherence to operational security procedures.
    This Statement of Work (SOW) outlines the requirements for installing network connectivity in Building 917 at Kirtland AFB, NM, connecting it to the broader Department of Defense (DoD) telecommunications network. The project involves installing 4-inch conduit, 12-strand single-mode fiber optic cabling, and CAT 6 premise wiring to provide NIPRNet access. The contractor must complete all work within 45 calendar days of contract award, coordinate extensively with base personnel, and adhere to strict security, safety, and operational standards. Key technical requirements include specific cable types, termination standards, power outlet configurations, and equipment bracing. The SOW also details rigorous testing procedures, documentation requirements (including as-built drawings and equipment inventories), and a 12-month warranty period for all installed components. The contractor is responsible for all logistics, including packaging, handling, and disposal of materials, and must ensure all personnel comply with OPSEC training.
    The Statement of Work (SOW) outlines the requirements for establishing network connectivity to the Department of Defense telecommunications network for Building 917 at Kirtland Air Force Base, NM. The project involves the installation of 4-inch conduit, 12-strand single-mode fiber optic cabling, and necessary splicing to connect Building 917 to Building 1044. The contractor must deliver all work within 45 calendar days, including conducting a site survey for accurate estimations. Key requirements include providing NIPRNet access, installing CAT 6 wiring, coordinating site work, and adhering to security procedures. The contractor is responsible for supervising personnel, implementing a site-specific safety plan, ensuring compliance with standards, and managing operations to avoid unscheduled outages. Testing procedures, including fiber optic cable testing according to TIA/EIA standards, and documentation are mandated for project acceptance, which the Government will authorize upon successful completion. Additionally, contractors must ensure proper handling of logistics, including equipment removal and warranty support for a minimum of one year post-acceptance. The SOW emphasizes operational security and proper training for contractor personnel to maintain confidentiality throughout the execution of the project.
    The Kirtland Air Force Base Communications Specifications outline design criteria for telecommunications cabling and distribution systems in building construction and renovation projects. These standards aim to minimize infrastructure costs, ensure interoperability, and promote common maintenance skills. The document details roles and requirements for customers, Base Civil Engineering, project managers, and installers, emphasizing early coordination and adherence to industry standards. Key sections cover exterior and interior cabling (copper and fiber), manholes, duct systems, and telecommunications room design, including sizing, environmental controls, security, power, and grounding. All installations require certified personnel, extensive testing, and geospatial mapping for documentation. The specifications ensure compliance with federal and commercial standards, focusing on a standardized, maintainable, and secure communication infrastructure for Kirtland AFB.
    The Kirtland Air Force Base Communications Specifications, effective May 2025, outlines mandatory design criteria for telecommunications cabling and distribution systems in new construction and renovation projects. Developed by the 377 Communications Division (377 MSG/SC), these standards aim to minimize long-term infrastructure costs, ensure interoperability, and promote maintenance efficiency. The document details roles and responsibilities for customers, Base Civil Engineering, project managers, and the 377 MSG/SCXP, emphasizing early coordination and compliance with industry and Air Force standards like UFC 3-580-01. Key sections cover exterior and interior cabling (copper and fiber), manhole and duct systems, telecommunications room (TR) design, power, grounding, and security requirements. It mandates the use of specific cable types (e.g., CAT 6, single-mode fiber), proper installation techniques, and rigorous testing with certified equipment. The specifications also address geospatial mapping, classified systems, and the need for dedicated, secure TRs. Overall, the document serves as a comprehensive guide to ensure robust, secure, and maintainable communication infrastructure at Kirtland AFB.
    The Kirtland Air Force Base Communications Specifications document outlines the standards for telecommunications cabling and infrastructure planning within the base. It aims to establish a standardized design criteria for maintenance and interoperability, promoting efficiency in installations associated with military construction and renovation projects. Key sections detail responsibilities for customers, Base Civil Engineering, project managers, and telecommunications personnel, emphasizing early communication and coordination to identify telecommunications requirements. The document specifies installation guidelines for exterior communication plants, underground wiring, telecommunication rooms, and interior wiring systems, including requirements for materials like copper and fiber optic cables. Furthermore, it mandates inspections, testing of installations, and the necessity of using certified installers. Security measures, geospatial mapping standards, and considerations for Classified Systems are also included, underscoring the importance of compliance with regulatory standards. Overall, these guidelines support effective communication system deployment and maintenance while ensuring alignment with Department of Defense and Air Force protocols, reflecting a commitment to operational security and infrastructure reliability.
    This government solicitation, FA940125Q0021, is for a Women-Owned Small Business (WOSB) set-aside contract to provide NIPRNet access to Building 917 at Kirtland AFB, NM. The project involves installing a new fiber optic cable connecting Building 917 to Building 1044 and Category Six premise wiring within Building 917. The total award amount is USD 19,000,000.00, with a period of performance from September 2 to December 1, 2025. The document outlines detailed contractual terms, including requirements for electronic invoicing via Wide Area WorkFlow (WAWF), various Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) clauses, and specific contractor requirements for access to Air Force installations and health and safety on government installations. It also includes comprehensive definitions for small business concerns and related classifications for offeror representations and certifications.
    The document outlines a solicitation for a contract aimed at providing commercial products and services specifically tailored for a Women-Owned Small Business (WOSB) under a federal procurement process. The core objective is to connect Building 917 to the government’s Non-classified Internet Protocol Router Network through the installation of a twelve-strand fiber optic cable and Category Six wiring, complying with specific specifications in the provided Statement of Work (SOW). The contract is set to commence on September 2, 2025, and conclude by December 1, 2025, with a total estimated award amount of $19,000,000. Additionally, the document includes comprehensive provisions regarding compliance with various federal regulations, including payment processing via the Wide Area Workflow (WAWF) system and clauses related to small business participation. It emphasizes the necessity for contractors to adhere to equal opportunity and safety regulations while performing work on government installations. Given its structure, the document serves as a formal governmental solicitation meant to facilitate industry participation in government contracts, particularly for small and disadvantaged businesses, aligning with federal initiatives to enhance procurement inclusivity.
    The document, Solicitation # FA9401-25-Q-0021, addresses questions regarding the Aircrew Facility Network Install project at Kirtland AFB. It clarifies requirements for a new handhole, specifying a 4'x4'x4' concrete, preformed structure as detailed in the "#2 Hand-Hole Specs" tab. The document also states that 4" schedule 40 PVC conduit is required for outside plant installations, aligning with Kirtland AFB Comm Division Standards. Pictures of MH C-0006 and Vault 1004 SD-A are available in the "#1 Manhole Picture" tab. This document is a set of Q&A for an RFP process, providing specific technical requirements and references for the network infrastructure installation.
    The Department of the Air Force, 377th Air Base Wing, is soliciting quotes for an "Aircrew Facility Network Install" (FA940125Q0021, Amendment 1). This is a 100% Small Business set-aside, with a NAICS code of 238210 and a size standard of $19M. The project involves providing NIPRNet access to Building 917, as detailed in the Statement of Work. Quotes are due by August 18, 2025, 5:00 PM (MDT/MST), and must be valid for 90 days. A site visit is scheduled for August 5, 2025, and questions are due by August 8, 2025. Award will be based on best value, evaluating technical plans (Acceptable/Unacceptable) and price. Funds are not currently available, and the Government reserves the right to cancel the solicitation.
    The Department of the Air Force, 377th Air Base Wing, is issuing a Request for Quotation (RFQ) for an "Aircrew Facility Network Install" (Solicitation Number FA940125Q0021, Amendment 2). This 100% Small Business set-aside, with NAICS code 238210, requires installation of NIPRNet access to Building 917. Key dates include a question deadline of August 8, 2025, a site visit on August 5, 2025, and a response deadline of August 18, 2025. Quotes must be valid for 90 days. Offers will be evaluated on technical acceptability and price, with the top four lowest-priced proposals being considered. The government will award a contract to the offeror whose quotation represents the best value, provided the price is fair and reasonable and the technical plan is acceptable. Funds are not presently available, and the government reserves the right to cancel the solicitation.
    The Department of the Air Force is seeking quotations for the installation of an Aircrew Facility Network at Kirtland Air Force Base, New Mexico. This Request for Quotation (RFQ), under solicitation number FA940125Q0021, is a 100% Small Business set-aside. Submission of bids is due by August 18, 2025, and quotations must be valid for 90 days. A technical plan demonstrating understanding of the project in accordance with the Statement of Work (SOW) is required, along with pricing details submitted in specified formats. The evaluation will focus on the technical acceptability of proposals and the fairness of the price offered. The Government retains the right to cancel the solicitation if funds are unavailable, and reimbursements for incurred costs will not be provided. Interested offerors are directed to follow instructions in the RFQ strictly to ensure compliance and fairness in the evaluation process.
    The Department of the Air Force is soliciting quotes for the Aircrew Facility Network Install at Kirtland AFB, New Mexico, under solicitation number FA940125Q0021. The request is aimed at small businesses and seeks commercial items per the Federal Acquisition Regulation (FAR). The deadline for responses is 18 August 2025, with a site visit scheduled for 5 August 2025. Bids should demonstrate technical understanding of the project as outlined in the Statement of Work (SOW) and comply with specified pricing formats. Offerors must submit their quotes via email and include necessary company information. The evaluation process will consider both technical plans and pricing, with awards based on the best value to the government, prioritizing technically acceptable bids with fair pricing. The total price for all Contract Line Items will be assessed against independent government estimates. Importantly, no contract will be awarded until funds are available, and the solicitation may be canceled at any time without obligation for reimbursements. This initiative underscores the government's commitment to engaging small businesses in fulfilling operational needs while adhering to federal procurement guidelines.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Fy26 Local and Long-Distance Telecommunication Services Renewal
    Buyer not available
    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 secure reliable telecommunication services that adhere to the specifications outlined in the attached Statement of Work, which includes requirements for service quality, outage management, and personnel qualifications. These services are critical for maintaining effective communication and operational readiness at the base. Interested small businesses must submit their quotes by December 18, 2025, with questions due by December 9, 2025, and are encouraged to contact Michael Salone or 1st Lt Nicholas P. Kortis for further information.
    Installation Fiber Optics Networking Support Services
    Buyer not available
    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.
    RFI: IDR Power Upgrade
    Buyer not available
    The Department of Defense, specifically the Space Rapid Capabilities Office (SpRCO), is seeking information from small businesses regarding their capabilities to provide electrical services for an Intermediate Data Room (IDR) Power Upgrade at Kirtland Air Force Base in New Mexico. The project entails furnishing and installing new conduit, wiring, and electrical devices for three 30-amp vertical Power Distribution Units (PDUs), as well as converting existing receptacles and upgrading electrical panels to meet increased power demands. This RFI is part of market research to identify potential procurement strategies and does not guarantee future contracts; interested parties are encouraged to submit a detailed capability statement by emailing the designated contacts, Tyler Breedlove and Erica Talley, with responses due by the specified deadline.
    Duranet 3300 Switch for 578 SWES/MXDPAB. Robins AFB - Sole Source
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking to procure a DuraNET 3300 Ethernet Switch and a Starter Breakout Cable Set for the 578 SWES/MXDPAB at Robins Air Force Base in Georgia. This procurement is classified as a sole source acquisition and is issued under Request for Quote number FA857926Q0008, which is intended to fulfill specific operational requirements for network infrastructure. The items are crucial for maintaining effective communication and data transfer capabilities within military operations. Interested vendors must submit their quotes by December 11, 2025, with delivery of the equipment required by June 19, 2026. For further inquiries, potential bidders can contact Margaret Gaskill or Valerie Evans via their respective email addresses.
    Local and Long-Distance Telecommunication Services
    Buyer not available
    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.
    Wifi Fleming Heights Andersen AFB, GU
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide commercial internet services for office and lodging buildings at Andersen Air Force Base in Guam. The project entails installing internet connectivity across 63 locations, including 62 housing units in Fleming Heights and two floors of Dorm Building 27006, with specific speed requirements ranging from 25 Mbps to 150 Mbps depending on the building. This procurement is critical for ensuring reliable internet access for personnel and operations at the base, with a performance period set from December 27, 2025, to December 26, 2026, and options for two additional years. Interested parties must submit attendee names for a site visit by November 20, 2023, and direct any questions to Derick Fontyn at derick.fontyn@us.af.mil by November 24, 2025.
    Cat 5 Cable and Elec Cable
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking quotations for the procurement of electrical cables, including 500 units of Category 5 cable and additional electrical cable, for the Letterkenny Army Depot in Chambersburg, Pennsylvania. This requirement is set aside exclusively for small businesses under NAICS code 335929, and the award will be based on the best value to the Government, considering factors such as price, lead time, and compliance with specified part numbers. All items must be new, and quotations are due by 3:00 PM ET on Tuesday, December 9, 2025. Interested vendors must be registered in the System for Award Management (SAM) and are encouraged to submit their best prices initially, as the Government intends to award without discussions. For further inquiries, contact Natalie A. Carmack at natalie.a.carmack2.civ@army.mil or by phone at 717-267-8038.
    Base Telecommunication Systems (BTS) at Altus AFB, OK
    Buyer not available
    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.
    SLD 30/SC SONET to DWDM Migration Part 2B
    Buyer not available
    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.
    B1654 Command Post Console Move
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the B1654 Command Post Console Move project, which involves the relocation and reinstallation of integrated control system equipment for the 301st Command Post at a newly renovated facility. This project aims to enhance communication capabilities essential for responding to national crises and improving operational training through the Unify System, which provides a user-friendly interface for duty controllers. The requirement continues the efforts previously undertaken by MCS of Tampa, Inc., who disassembled and relocated the communication equipment, and interested parties can reach out to Todd Benner at todd.benner@us.af.mil or Jerry E. McTyre at jerry.mctyre.2@us.af.mil for further details.