Fiber Installation LEMC
ID: WS5G1Q50020098Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK LAD CONTR OFFCHAMBERSBURG, PA, 17201-4150, USA
Timeline
    Description

    The Department of Defense, specifically the Army Contracting Command, is seeking qualified contractors for the installation of a Fiber Optic Network at the Letterkenny Munitions Center (LEMC). The project aims to upgrade the existing fiber optic cable network, requiring contractors to provide a comprehensive turnkey solution that includes surveying, engineering, installation, and testing, all while adhering to government and commercial standards. This upgrade is critical for enhancing communication and operational efficiency at the facility, with a contract anticipated to be awarded by June 1, 2025, and a completion timeline of 380 calendar days post-award. Interested vendors must submit a Capabilities Statement by March 6, 2025, and can contact Jonathan K. Carroll at jonathan.k.carroll.civ@army.mil or 717-267-8357 for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The Army Contracting Command is seeking information for a Request for Information (RFI) to upgrade the Fiber Optic Cable Network at the Letterkenny Munitions Center (LEMC). A firm-fixed-price contract is anticipated by June 1, 2025, to enhance the existing network infrastructure. Interested vendors must be registered in the SAM database and the Joint Certification Program to access necessary specifications. The upgrade project requires a contractor to provide turnkey solutions, including personnel and equipment for installation and quality control, as outlined in the Scope of Work (SOW). Interested contractors must submit a Capabilities Statement detailing their experience, timeline for completion, previous government contracts, potential challenges faced, and their ability to meet requirements. The solicitation encourages feedback on technical specifications. The relevant NAICS code is 237130, with a small business size standard of $45 million. Responses are due by March 6, 2025. Key contacts for the RFI include Jonathan K. Carroll and Thomas C. Hall at the Army Contracting Command.
    The document outlines the scope of work for the installation of a Fiber Optic Network, Power, and Electronics at the Letterkenny Munitions Center. The contractor is tasked with surveying, engineering, furnishing, installing, and testing a turnkey solution to upgrade the existing network, adhering to government and commercial standards. The project is expected to be completed within 380 calendar days post-award, with a verification survey occurring 30 days after. Key elements include providing all necessary equipment and labor for fiber optic cable and power distribution installations, ensuring compliance with safety regulations, and maintaining quality control throughout the project. The document specifies the materials and standards required for installation, including detailed guidelines for testing, labeling, and documentation, emphasizing accuracy in the reporting of labor and travel expenses. The background highlights the necessity of these upgrades for effective communication and operational efficiency at the facility. The contractor is required to adopt a proactive approach in project management, scheduling, and safety protocols, while providing regular updates during progress meetings. The document serves as an essential reference for potential contractors responding to the government RFP, outlining comprehensive requirements, responsibilities, and performance standards needed for successful project execution.
    Lifecycle
    Title
    Type
    Fiber Installation LEMC
    Currently viewing
    Sources Sought
    Similar Opportunities
    MISSILE MUNITIONS DISTRIBUTION FACILITY AND RAIL CLASSIFICATION YARD AT LETTERKENNY ARMY DEPOT in CHAMBERSBURG, PENNSYLVANIA
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, Baltimore District, is seeking vendors for a construction project at the Letterkenny Army Depot in Chambersburg, Pennsylvania, specifically focused on the Missile Munitions Distribution Facility and Rail Classification Yard. The project requires the procurement of proprietary Brand Name items, including a SIGCOM DTX Fire Alarm Radio Transmitter and a Federal Signal Mass Notification Receiver, to ensure compatibility with existing systems and compliance with safety codes. This initiative is critical for enhancing safety measures during emergencies at the facility, and the government may proceed with a sole-source contract if no equivalent alternatives are identified by the market research deadline of February 27, 2025. Interested vendors should contact Lauren Elamenuel at lauren.n.elamenuel@usace.army.mil or Tamara Bonomolo at tamara.c.bonomolo@usace.army.mil for further information.
    PROVIDE, INSTALL, AND MAINTAIN A 10GB WAVE SERVICE BETWEEN CAMP #3 WILLOW BLDG, ROOM 203, 14900 PARK CENTRAL ROAD, THURMONT, MD AND BLDG SITE R, ROOM 3N48B, 450 HARBAUGH VALLEY ROAD, BLUE RIDGE SUMMIT, PA
    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 10GB wavelength service between two specific locations: Camp 3 Willow Building in Thurmont, MD, and Building Site R in Blue Ridge Summit, PA. The contract requires detailed compliance with technical specifications, including maintaining 99.5% service availability and ensuring physical separation from existing circuits, with a service delivery deadline set for July 16, 2025. This telecommunications service is critical for enhancing communication capabilities within military operations, emphasizing the government's commitment to robust infrastructure. Interested vendors must submit their proposals by March 18, 2025, and can direct inquiries to Jennifer Voss or Angelina Hutson via email at jennifer.n.voss.civ@mail.mil and angelina.hutson.civ@mail.mil, respectively.
    SUBMIT A QUOTE TO PROVIDE, INSTALL, AND MAINTAIN AN UNPROTECTED TRANSPARENT LEASED (10GB) WAVE DISA IE1 BACKBONE TRUNK BTWN: CAMP #3 WILLOW BLDG, ROOM 203, 14900 PARK CENTRAL ROAD, THURMONT, MD AND BLDG 308, ROOM 203, 5450 CARLISLE PIKE, MECHANICSBURG, PA
    Buyer not available
    The Department of Defense, through the Defense Information Systems Agency (DISA), is soliciting quotes for the provision, installation, and maintenance of an unprotected transparent leased 10GB wave trunk service between specific locations in Thurmont, MD, and Mechanicsburg, PA. Contractors are required to comply with stringent technical specifications, including total physical separation from related circuits, adherence to testing and acceptance protocols, and the provision of technical drawings for government records, with a service delivery deadline set for July 16, 2025. This procurement is critical for ensuring reliable telecommunications infrastructure that supports operational efficiency across military facilities. Interested vendors should direct inquiries to Jennifer Voss or Angelina Hutson via email for further details and clarification on proposal submissions.
    PROVIDE, INSTALL, AND MAINTAIN A 50MB ETHERNET SERVICE BETWEEN: A. (RM) 1D30B, (FL) 1, BLUE RIDGE SUMMIT ONE, BLUE RIDGE SUMMIT, PA 17214/CCI, AND B. (RM) N/A; MOUNTAINSIDE TELEPORT, HAGERSTOWN, MD 21740/CCI
    Buyer not available
    The Department of Defense, through the Defense Information Systems Agency (DISA), is seeking contractors to provide, install, and maintain a 50MB Ethernet service connecting Blue Ridge Summit One in Pennsylvania to Mountainside Teleport in Maryland. Contractors must comply with specific technical requirements and federal regulations, detailing their installation plans and addressing potential service delivery delays, with a firm completion deadline set for July 10, 2025. This procurement is crucial for enhancing secure telecommunications infrastructure and supports small business participation in federal contracting. Interested contractors should direct inquiries to Jennifer Voss or Angelina Hutson via email for further details.
    Letterkenny Army Depot Hybrid, Firm-Fixed-Price (FFP) and Time-and-Materials (T&M) requirements service contract to perform maintenance, repair and software support for the Testek Hydraulic Pump, Motor and Reservoir Test Station Model 720020
    Buyer not available
    The Department of Defense, through the Letterkenny Army Depot, is soliciting proposals for a hybrid service contract to provide maintenance, repair, and software support for the Testek Hydraulic Pump, Motor, and Reservoir Test Station Model 720020. The contractor will be responsible for delivering technical assistance, repair parts, and training services, ensuring rapid response times for support and compliance with stringent safety and regulatory standards. This contract is crucial for maintaining operational efficiency and safety at the depot, with a performance period from May 1, 2025, to April 30, 2026, and options for two additional years. Interested parties must submit their proposals by March 7, 2025, and can contact David T. Serotkin at david.t.serotkin.civ@army.mil or 717-267-5372 for further information.
    ERDC Communications Infrastructure Contract
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the ERDC Communications Infrastructure Contract, aimed at providing communication infrastructure services, including maintenance and repair at various ERDC sites. The contract encompasses the installation of wiring and network systems in the newly constructed Building 9000 at the ERDC Vicksburg location, requiring compliance with industry standards and specialized experience in systems such as AVAYA PBX and CCTV. This initiative is crucial for ensuring efficient voice, video, and data communications networks, with a contract value ranging from $2,500 to $22.95 million over a five-year period. Interested contractors must submit their proposals by January 21, 2025, and can direct inquiries to TriNeciya Martin at trineciya.c.martin@usace.army.mil or Christy Love at christy.j.love@usace.army.mil.
    PROVIDE, INSTALL, & MAINTAIN A 1GB ETHERNET BETWEEN (BLDG)SOUTH SOUND COMM MED HOME, (RM)120-COMM, (FL)1; 500 LILLY RD NE, SUITE 120; OLYMPIA, WA, 98506 & (BLDG)6701, (RM)SWITCH; 6071 16TH STREET & COLORADO AVE, JOINT BASE LEWIS/MCCHORD, WA 98433-9500.
    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 connection between the South Sound Community Medical Home in Olympia, WA, and Joint Base Lewis/McChord in Tacoma, WA. Contractors are required to meet specific technical requirements, including configuring Ethernet frame sizes for jumbo frames, ensuring a round-trip delay of no more than 10 milliseconds, and providing detailed quotes that include Local Exchange Carrier (LEC) information and compliance with testing protocols. This procurement is critical for enhancing telecommunications capabilities within military operations, ensuring reliable and efficient service delivery. Interested contractors must submit their detailed proposals by December 9, 2024, and can direct inquiries to John Beckman or Dale Rupright via email for further clarification.
    PROVIDE, INSTALL, MAINTAIN 1GB ETHERNET BETWEEN BLDG SOUTH SOUND COMM MED HOME, (RM)120-COMM, (FL)1; 500 LILLY RD NE, SUITE 120; OLYMPIA, WA, 98506 & BLDG 6071, (RM)SWITCH; 6071 16TH ST & COLORADO AVE, JOINT BASE LEWIS/MCCHORD WA 98433-9500.
    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 connection between the South Sound Community Medical Home in Olympia, WA, and Joint Base Lewis-McChord. Contractors are required to meet specific technical requirements, including configuring the Ethernet for jumbo frames, achieving a maximum transmission unit (MTU) of 9000 bytes, and ensuring a round-trip delay of no more than 10 milliseconds. This procurement is critical for enhancing telecommunications capabilities within the military infrastructure, ensuring reliable and efficient communication services. Interested contractors must submit their quotes by October 21, 2024, and are encouraged to engage in pre-award site surveys to ensure compliance with all technical specifications and requirements. For further inquiries, contractors can contact Tammy Basson at TAMMY.A.BASSON.CIV@MAIL.MIL or Dale Rupright at dale.l.rupright.civ@mail.mil.
    Surface Bonded Fiber Optic Install - NSA Panama City
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command Southeast (NAVFAC SOUTHEAST), is seeking contractors for the installation of surface bonded fiber optic systems at the NSA Panama City facility in Florida. This procurement aims to enhance communication capabilities by installing advanced fiber optic wiring, which is critical for modern military operations and infrastructure. The project falls under the NAICS code 238210, focusing on electrical contractors and wiring installation, and is categorized under PSC code 5995 for communication equipment. Interested contractors should prepare to engage with the procurement process, although specific deadlines and funding amounts have not been disclosed in the available information.
    Communication/Octopus Cable Assemblies and Associated Connectors
    Buyer not available
    The Department of Defense, specifically the Naval Surface Warfare Center Carderock Division (NSWCCD), is seeking quotes for the procurement of communication and octopus cable assemblies along with associated connectors under Request for Quotation (RFQ) N0016725Q0063. This procurement aims to secure a firm fixed price (FFP) purchase order for specific brand name products, although vendors may propose equivalent items, which may not be considered for competition. The goods are critical for maintaining reliable communication systems within naval operations, ensuring effective functionality in defense activities. Interested vendors must submit their quotes by March 3, 2025, and direct any inquiries to Tracy L. McDonough at tracy.l.mcdonough2.civ@us.navy.mil by February 24, 2025, as the evaluation will follow the lowest price technically acceptable (LPTA) method.