IN250 BICSI Training and Certification
ID: FA489725QC024Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4897 366 CONS PKPMOUNTAIN HOME AFB, ID, 83648-5296, USA

NAICS

Other Technical and Trade Schools (611519)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is seeking a contractor to provide the IN250 BICSI Installer 2 Course training for eight personnel at Mountain Home Air Force Base in Idaho. This procurement involves comprehensive training, testing, and certification in telecommunications installation, covering essential topics such as optical fiber transmission, safety protocols, and BICSI ethics. The contract is unrestricted under NAICS code 611519, with quotes due by August 18, 2025, at 1:00 PM MST, and interested parties must ensure registration in the System for Award Management (SAM) and compliance with relevant federal regulations. For inquiries, contact Tammie Howell at tammie.howell@us.af.mil or Nathan Polk at nathan.polk.2@us.af.mil.

    Files
    Title
    Posted
    The Department of the Air Force, Mountain Home Air Force Base, Idaho, has issued a Request for Quote (RFQ) FA489725QC024 for an IN250 BICSI Installer 2 Course, including training, testing, and certifications. This combined synopsis/solicitation is for commercial services, with quotes due by August 18, 2025, at 1:00 PM MST. The acquisition is unrestricted, under NAICS code 611519, with a small business size standard of $21.0 million. Offerors can submit multiple quotes for on-site (Mountain Home AFB, ID) or off-site training and certification at a BICSI-approved facility. Award will be based on best value, considering price, travel, and personnel availability. Contractors must be registered in the System for Award Management (SAM) and comply with various FAR and DFARS clauses, including those related to electronic invoicing via Wide Area WorkFlow (WAWF) and subcontract reporting.
    The Performance Work Statement (PWS) for Solicitation Number FA489725QC024 outlines the requirements for a contractor to provide an IN250 BICSI Installer 2 Course to eight personnel at Mountain Home AFB, Idaho. The training includes instruction, testing, and certification in telecommunications installation tactics. Key topics cover optical fiber transmission, site surveys, safety, blueprints, pathway installation, cabling, labeling, grounding, testing, troubleshooting, firestopping, field documentation, job evaluation, and BICSI ethics. The contractor must provide all necessary personnel, equipment, and materials, adhering to federal, state, and local laws, and manufacturer specifications. The PWS also details operational hours, holidays, quality control, contract administration, environmental controls for hazardous materials and waste, historic preservation, and stringent security, operations security (OPSEC), and antiterrorism (AT) requirements, including background checks, access procedures, and reporting protocols for all contractor personnel.
    The 366 Contracting Squadron (366 CONS) at Mountain Home Air Force Base (MHAFB) is conducting market research for potential contractors to provide training and certification for the IN250 BICSI Installer Course 2. This course is intended for eight participants, focusing on telecommunications installation tactics. Interested contractors must demonstrate their capability to fulfill the training requirements outlined in this notice. The solicitation is not yet available, and the government does not intend to reimburse any costs incurred while responding. The NAICS code for this training requirement is 611519, with a small business size standard set at $21 million. Companies interested in participating should contact specific personnel within the squadron and provide necessary business information, including their SAM UEI and Cage Code. This announcement serves solely as a means to gather information for potential future contracting opportunities without any commitment from the government to issue a formal solicitation.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Sources Sought
    Similar Opportunities
    Aerospace & Defense Master of Business Program, IAW PWS dated 21 November 2025.
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking a contractor to establish a 48-month Indefinite Delivery Contract (IDC) for an Aerospace & Defense Master of Business Program, as outlined in the Performance Work Statement dated November 21, 2025. The contractor will provide workforce development and training materials, courses, and degree programs to support the Warner Robins Air Logistics Complex at Robins Air Force Base, Georgia. This initiative is crucial for enhancing the skills and capabilities of personnel involved in aerospace and defense operations. Interested parties should note that quotes are due by December 19, 2025, with an anticipated award date of January 1, 2026; for further inquiries, contact Curtis Green at curtis.green.9@us.af.mil or Jeff Pruitt at jeffery.pruitt.1@us.af.mil.
    FY26 Drone Course Equipment
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the procurement of equipment related to the FY26 Drone Course. This opportunity is a combined synopsis/solicitation for commercial products or services, with a focus on ensuring that all proposals meet specific technical requirements, including the submission of a completed Excel spreadsheet as outlined in the solicitation. The equipment is essential for enhancing training capabilities in drone operations, which are increasingly vital for modern military operations. Interested vendors must submit their proposals through the Procurement Integrated Environment (PIEE) by December 17, 2025, at 10:00 AM CST, and should direct any inquiries to Benton Medcalf at benton.medcalf@us.af.mil.
    MAFT (IFT-R)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide initial and seasoning training for rotary wing aircrew, specifically for Bell 206 pilots. The procurement aims to fulfill the training requirements outlined in the Statement of Work (SOW) dated January 27, 2023, ensuring that Air Force pilots receive the necessary education and technical skills for effective operation of the Bell 206 aircraft. This training is crucial for maintaining operational readiness and enhancing the capabilities of Air Force pilots. Interested parties can contact Kodi Davis at kodi.davis@us.af.mil or by phone at 210-625-6904 for further details regarding this opportunity.
    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.
    Fire Alarm System Replacement, Mountain Home AFB
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for design-build services to replace the outdated fire alarm system at the Sagebrush Inn, Building 2320, located at Mountain Home Air Force Base in Idaho. The project requires the installation of a new addressable fire alarm system, including a comprehensive design, hazardous material surveys, and construction services, all in compliance with Unified Facility Criteria and relevant safety codes. This upgrade is critical to ensure the safety of the facility, which currently violates fire code requirements due to the lack of available replacement parts for the existing system. Interested contractors must submit their proposals by January 20, 2026, and can direct inquiries to primary contacts Cameron Smith and Taylor Inman via the provided email addresses. The estimated contract value ranges from $1 million to $5 million, with a performance period of 407 calendar days following the notice to proceed.
    B1654 Command Post Console Move
    Dept Of Defense
    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.
    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 renewal of Local and Long-Distance Telecommunication Services at Fairchild Air Force Base in Washington. The procurement aims to provide essential telecommunications services that meet specific operational requirements outlined in the attached Statement of Work, including service quality, outage management, and compliance with government standards. This contract is critical for maintaining effective communication capabilities, particularly during emergencies, and is set aside exclusively for small businesses under NAICS code 517111. Proposals are due by December 18, 2025, at 10:00 AM PST, with past performance questionnaires required by December 16, 2025, at 1:00 PM PST. Interested parties can contact Michael Salone at michael.salone@us.af.mil or 509-247-8082 for further information.
    Local and Long-Distance Telecommunication Services
    Dept Of Defense
    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.
    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.
    SimMan Maintenance
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is conducting a Sources Sought Announcement for maintenance services of Laerdal SimMan medical training equipment at Mountain Home Air Force Base in Idaho. The contractor will be responsible for providing all necessary personnel, labor, management, supplies, and equipment to perform yearly preventative maintenance and extended warranties for one Laerdal SimMan 3G, one SimJunior, and one SimBaby Trach, ensuring compliance with the Performance Work Statement and relevant regulations. This maintenance is crucial for the operational readiness and training capabilities of medical personnel at the base. Interested small businesses are encouraged to submit their company information, including SAM UEI and Cage Code, to the primary contacts, A1C Calix Delgado and 2d Lt Nathan Polk, by the specified deadline to express their interest and capability in fulfilling the requirements.