NDI Lab Pen Line B1510
ID: FA480325B0010Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4803 20 CONS LGCASHAW AFB, SC, 29152-5125, USA

NAICS

Electrical Contractors and Other Wiring Installation Contractors (238210)

PSC

INSTALLATION OF EQUIPMENT- ELECTRIC WIRE AND POWER DISTRIBUTION EQUIPMENT (N061)

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 bids for the NDI Lab Pen Line B1510 project at Shaw Air Force Base in South Carolina. The project involves the removal of existing wiring and the installation of new, code-compliant wiring to support new equipment, as detailed in the attached Statement of Work. This procurement is a total small business set-aside under NAICS code 238210, with a budget of less than $25,000, emphasizing the importance of small business participation in federal contracting. Interested bidders must submit their proposals by May 13, 2025, at 11:00 AM EST, with a public bid opening scheduled for the same day at 2:00 PM EST. For further inquiries, potential bidders can contact Tariq Ellis at tariq.ellis@us.af.mil or SrA Margret Ogbuozobe at margret.ogbuozobe@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The Statement of Work (SOW) outlines the requirements for electrical wiring removal and installation associated with the VLSB 25-2502 project at Shaw Air Force Base, scheduled for completion by February 2025. The main tasks include replacing circuit breakers, demolishing existing wiring, and installing new wiring adhering to electrical codes. Contractors are required to maintain operational safety, protect existing facilities, and ensure a professional appearance post-demolition. A one-year warranty for workmanship is mandated, and contractors must provide all necessary management, tools, and permits. A pre-construction meeting will clarify project requirements. Debris disposal regulations are strict, requiring prompt and enclosed removal to minimize disruption. Daily reports, including dump receipts, must be submitted timely. This document is crucial in governing the execution of construction tasks, ensuring compliance with various codes and standards while promoting environmental and operational safety at the military installation.
    The Statement of Work for the NDI Lab / Pen Line B1510 project outlines the requirements for electrical system upgrades at Shaw Air Force Base. The project involves the removal of existing wiring and the installation of new wiring to accommodate new equipment while complying with relevant codes. Key tasks include replacing circuit breakers, installing sub-panels, and running new wiring for dryer and inspection equipment. The contractor is responsible for protecting existing facilities during installation and must clean the work area before returning it to the government. Compliance with regulations like the National Electrical Code and others is mandatory. A pre-construction meeting will ensure coordination between the contractor and government representatives. Daily reports and documentation, including electronic dump receipts, are also required. This project reflects the government's initiative to enhance facility infrastructure while maintaining safety standards.
    The memorandum from the 20th Fighter Wing at Shaw Air Force Base outlines a request for proposals (RFP) concerning the VLSB 25-2502 NDI Lab Pen Line project. It includes attachments such as a Statement of Objectives, Bid Schedule, and Liquidated Damages calculations. The contract, spanning 14 days, does not require an Environmental Analysis or a Green Procurement Program Determination, as the project does not involve energy conservation or environmentally sensitive materials. Statutory cost limitations do not apply. The contractor is responsible for managing the assigned work area and ensuring timely completion, with no anticipated government delays. Austin Baker is designated as the primary point of contact for further inquiries. This RFP seeks to acquire services for building an interior wall and installing a door, emphasizing the adherence to the contract documents, particularly the Statement of Work. This project reflects the department's operational needs and compliance with federal procurement regulations.
    The government file appears to encompass various federal and state/local Request for Proposals (RFPs) and grant opportunities, intended for potential applicants looking to secure funding or contracts. The primary focus revolves around identifying specific federal initiatives that aim to support projects aligned with governmental objectives. Key details include potential areas of funding, eligibility criteria, application procedures, and deadlines for submission, which are crucial for applicants to make informed decisions before engaging in proposal writing. The structure likely includes sections detailing specific RFPs or grant solicitations, along with related deadlines and particular qualifications required for applicants. The importance of compliance with federal and local regulations is emphasized, as applicants must adhere to diverse guidelines when submitting their proposals. Overall, the document serves as a vital resource for organizations aiming to obtain government funding, presenting an overview of funding opportunities while ensuring clarity on application processes and regulatory compliance expectations.
    The document pertains to the Department of the Air Force's 20th Fighter Wing at Shaw Air Force Base, focusing on the process for granting access to the base via a Criminal Background History Check. It outlines the responsibilities of the sponsor who submits an access request for individuals listed on a form that collects personal information, including full legal names, dates of birth, social security numbers, driver's licenses, citizenship status, and confirmation of the individual's access requirements. The sponsor must ensure that the individuals retrieve or deactivate their passes in the Defense Biometric Identification System (DBIDS) when no longer needing access. This form must be submitted via government email to designated contacts within the security forces. The confidentiality of the information collected is protected under the Privacy Act of 1974 and emphasizes accountability for misuse of access privileges, which could lead to legal consequences. The document underscores the importance of secure management of access to military installations.
    This document from the 20th Fighter Wing at Shaw Air Force Base outlines the procedure for submitting requests for background checks for contractors or employees needing access to the base. It specifies that the request must be submitted by a government email address and includes essential information such as the full name, date of birth, social security number, and reason for access, among other details. The form requires the sponsor to justify the need for access and provides contact information for accountability. Emphasizing the importance of securing access, the memorandum highlights responsibilities related to the management of access passes, stressing compliance with the Privacy Act of 1974. Furthermore, it cautions against the abuse of access privileges, which could result in consequential actions. This procedural document is integral in maintaining security protocols within the Air Force base while allowing necessary operational access for contractors or personnel.
    The 20th Fighter Wing at Shaw Air Force Base has issued a memorandum for contractor personnel regarding security protocols for accessing the base during construction and contract work. Key points include the necessity of obtaining base entry passes, which require a successful criminal background check for all contractor employees. Pass applications must be submitted seven to ten days before work begins and include specific personal information. Contractors are strictly prohibited from transporting weapons onto the base and filming without permission. Additionally, for work in restricted areas, escorts from authorized personnel are required. The memorandum outlines vehicle entry procedures, safety regulations, and the enforcement of security measures, including vehicle inspections. It emphasizes the contractors' responsibilities to inform relevant authorities of security breaches and adhere to safety measures while on the base. Compliance with these protocols is crucial for maintaining the security and safety of both personnel and operations at Shaw Air Force Base.
    The document discusses the requirements and implications of the REAL ID Act, particularly for access at Shaw Air Force Base. All states and territories are currently compliant with REAL ID or granted extensions until May 7, 2025. Acceptable forms of identification include federally-issued IDs like U.S. Passports, Military IDs, and Permanent Resident Cards, alongside state-issued licenses that meet REAL ID standards. Notably, certain IDs with limitations on federal identification are not accepted alone for access. The document includes a comprehensive list of alternate acceptable forms of identification, underscoring the importance of compliance and proper identification for federal purposes. It serves as a critical resource for individuals needing clarification on identification requirements under the REAL ID Act, particularly in relation to federal facilities and services.
    The file FA480325B0010 pertains to the NDI Lab Pen Line and includes a series of unanswered questions meant to clarify the requirements or expectations for an associated Request for Proposal (RFP). While the document doesn’t provide explicit answers or detailed content, it underscores the importance of addressing queries that stakeholders may have concerning the RFP process. The lack of supplied questions suggests that the agency values stakeholder input and aims to ensure transparency and clarity in the bidding process. This approach is essential for securing competitive proposals and enhancing engagement from potential contractors. The document reflects standard practices in government procurement, where clear communication and responsiveness to clarifying questions are fundamental for successful project outcomes.
    The document FA480325B0010 pertains to the NDI Lab Pen Line project, specifically addressing questions and responses concerning project specifications and timelines. Key topics include the electrical panel specifications, confirmation of equipment power phases, anticipated project timelines, and submission requirements for bid documents. In response to inquiries, it was clarified that while a contractor suggested a 200-amp panel based on site discussions, the main electrical system will instead be upgraded with a 150-amp breaker, which suffices for the project's needs. The document also specifies that all required equipment operates on single-phase power and outlines specific requirements for air, electrical, water, and drainage systems necessary for the project. The anticipated award date for the project is set for May 19, 2025, with a Notice to Proceed issued post-Pre-Construction Conference shortly after contract execution. Additionally, requirements regarding the L-3 Responsibility stipulation indicate that such documentation is needed only upon an apparent low bid. Overall, the document serves to clarify technical specifications and timelines for potential bidders, maintaining compliance with federal RFP processes while facilitating project planning.
    The document is an official solicitation for a construction project (FA480325B0010) at Shaw Air Force Base, SC, titled "NDI Lab / PEN Line B1510." It outlines a requirement for the contractor to remove existing wiring and install new, code-compliant wiring for new equipment within a performance period of 14 calendar days after receiving a Notice to Proceed. This solicitation is set aside for small businesses under NAICS code 238210, with a budget magnitude of less than $25,000. A mandatory site visit is scheduled for April 16, 2025, with a deadline for bids set for April 24, 2025. All proposal submissions must adhere strictly to the outlined requirements, which include performance bonds and guarantees as necessary. The document also details sections on inspection, acceptance criteria, contract clauses, and delivery schedules. Notably, it emphasizes the importance of adhering to federal regulations applicable to contracting, including clauses regarding the utilization of small businesses and compliance with labor standards. Overall, this solicitation serves to engage small businesses in federal contracting, ensuring compliance while fulfilling specific government needs.
    The document outlines a federal government solicitation for the NDI Lab / PEN Line project at Shaw Air Force Base, focusing on the removal and installation of electrical wiring to meet compliance standards. Issued as a sealed bid solicitation, it requires small business participation, specifically under NAICS 238210, with an estimated project cost of less than $25,000. Key dates include a site visit on April 16, 2025, and a due date for bids by April 24, 2025. The contractor must commence work within 10 calendar days of receiving the notice to proceed and complete it within 14 days. Various solicitation requirements, including performance bonds and guarantees, are outlined, along with provisions for amendments and inquiries. Moreover, the document includes specific clauses referencing compliance with federal regulations and assurance of quality in construction work, emphasizing the contractor's obligations to achieve code compliance and maintain effective communication with government representatives throughout the project. This solicitation serves as a structured approach for government procurement aimed at enhancing infrastructure while promoting small business involvement.
    This document serves as an amendment to a solicitation, providing updated instructions and modifications for bidders regarding a government contract. Key changes include the introduction of a revised Statement of Work, a new template for handling questions post-site visit, and the requirement for bids to be mailed. The deadlines for submitting questions and bids have been extended, with the new bid opening scheduled for April 28, 2025, and procedures outlined for in-person and electronic participation. Additional modifications address administrative errors and clarify bid submission processes. Bidders must adhere to criteria for demonstrating financial health, project management plans, and past performance, ensuring all conditions are met for award eligibility. The focus is on maintaining clear communication and compliance with the revised terms to ensure an effective bidding process for this government contract opportunity. All previous terms and conditions remain in effect unless amended by this document.
    This government document outlines a solicitation for a construction project titled "NDI Lab / PEN Line B1510" at Shaw Air Force Base, SC. The project is exclusively set aside for small businesses under NAICS code 238210, with a total estimated value of less than $25,000. Key details include the requirement for the contractor to remove existing wiring and install new wiring compliant with standards. The contractor must begin work within ten calendar days following the award notice, completing it in a total of 14 calendar days. The solicitation stipulates necessary performance and payment bonds, and bids must be submitted by May 2, 2025. Additionally, all inquiries regarding the solicitation must be directed to the specified contacts, with a site visit already conducted on April 16, 2025, for potential bidders to assess conditions. The document provides comprehensive terms and conditions in line with federal and state guidelines, ensuring compliance with various legal and administrative requirements applicable to government contracts. The overall intent is to secure qualified small business contractors to perform essential construction activities while adhering to regulatory frameworks.
    This document is an amendment to a solicitation related to a government contract, specifically regarding a small business set-aside acquisition. It updates various administrative elements such as bid submission deadlines, inspection and acceptance locations, and modifications to the contract terms. The bid submission deadline has been extended to 2:00 PM EST on May 2, 2025, with the bid opening scheduled for May 7, 2025. Changes include the addition of a Questions and Answers attachment, updates to the inspection and acceptance locations from DoDAAC FA4803 to F3U226, and a rephrasing of the evaluation factors for award. The document also specifies that bids must be submitted electronically to designated contacts by the newly established deadline. Key points of contact for further inquiries have been outlined, ensuring clear communication channels for potential bidders. Overall, the amendment seeks to facilitate a smoother bidding process while ensuring compliance with federal regulations. This document underscores the government's continuing effort to engage with small businesses in fulfilling contracting requirements while ensuring clarity and transparency in the solicitation process.
    The document pertains to a federal government solicitation for a construction project titled "NDI Lab / PEN Line" at Shaw Air Force Base, SC. The request is primarily directed to small businesses within the NAICS code 238210. The project involves the removal of existing wiring and the installation of new code-compliant wiring for specific equipment, with a total estimated cost of less than $25,000. The performance period is not to exceed 14 calendar days following the issuance of a Notice to Proceed. A site visit is scheduled for 16 April 2025, and bids must be submitted by 02 May 2025. The document outlines submission requirements, including original sealed offers, performance bonds, and clarifications on bid guarantees. Additionally, it emphasizes compliance with various federal contract clauses, illustrating various conditions and regulations that govern the bidding process, performance, and payment for small businesses. The solicitation reflects the government's commitment to engaging small businesses in federal procurements while ensuring adherence to regulations that facilitate fair competition and transparency in government contracting.
    The document outlines an amendment to a solicitation, specifically extending the bid submission deadline and rescheduling the bid opening. The previous bid due date of May 2, 2025, has been moved to May 6, 2025, at 11:00 AM EST, while the bid opening now coincides with the new submission deadline, commencing the same day at 2:00 PM EST. The amendment emphasizes the importance of acknowledging receipt of this change in a timely manner to avoid potential rejection of offers, as failure to do so may impact the acceptance of bids. The document maintains that all other terms and conditions of the original solicitation remain in effect. This amendment serves to ensure clarity and compliance in the bidding process for contractors, reflecting standard procedures in federal solicitations and contracts.
    The document is a solicitation for a construction project at Shaw Air Force Base (AFB), identified by solicitation number FA480325B00100005, focused on removing existing wiring and installing new code-compliant wiring for new equipment. The project is designated as a 100% Small Business set-aside acquisition under NAICS code 238210, with a budget under $25,000. The contractor is expected to perform the work within 14 calendar days of the notice to proceed. Bids must be submitted by May 13, 2025, with a public opening on the same day. A site visit is scheduled for April 16, 2025. Offerors must submit sealed bids, a bid guarantee, and adhere to various requirements outlined in the solicitation, including incorporating applicable Federal Acquisition Regulation (FAR) clauses. Key contacts for the solicitation include Contract Specialist Tariq Ellis and Contracting Officer Margret Ogbuozobe. This document serves to inform potential bidders about the project scope, submission guidelines, and contractual obligations, reflecting the federal government's commitment to small business participation in governmental projects.
    This government RFP amendment modifies the solicitation, extending the due date for bids to May 13, 2025, at 11:00 AM EST, with a corresponding bid opening on the same day at 2:00 PM EST. Additionally, the amendment introduces the DFARS clause 252.201-7000 regarding the Contracting Officer's Representative. The document confirms that previous terms, including the period of performance and small business set-aside status under NAICS 238210, remain unchanged, with the maximum project expenditure being less than $25,000. Notably, a site visit occurred on April 16, 2025, and all inquiries related to the solicitation were due by April 18, 2025, with no further questions being accepted. The amendment emphasizes the importance of acknowledging receipt, underlining the consequences of failing to do so before the specified deadline. All bid correspondence must be addressed to designated officials at Shaw AFB, SC. This amendment is essential for ensuring compliance and communication among stakeholders in federal contracting processes.
    This document serves as an amendment to a government solicitation related to a specific contract. It outlines important instructions for bidders on acknowledging receipt of the amendment, stating that acknowledgment must occur before the specified deadline to avoid bid rejection. Key updates include modifications to Section L, detailing requirements for bid submissions, which must include an electronic copy of the Standard Form 1442, Bid Schedule, and detailed responsibility evaluation factors. The amendment clarifies that bids will be evaluated without discussions and emphasizes that exceptions to solicitation requirements may lead to rejection. Additionally, it highlights the submission process for bids, explicitly stating that electronic submissions are preferred. Responsibility requirements for bidders consist of demonstrating financial capability, project management plans, satisfactory past performance, integrity, necessary experience, and essential resources. The document underscores the importance of compliance with bid conditions to ensure responsiveness and eligibility for award, reflecting typical government procurement processes.
    Lifecycle
    Title
    Type
    NDI Lab Pen Line B1510
    Currently viewing
    Solicitation
    Similar Opportunities
    SABER IDIQ
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the Simplified Acquisition of Base Engineering Requirements (SABER) through an Indefinite Delivery/Indefinite Quantity (IDIQ) contract at Nellis Air Force Base, Creech Air Force Base, and the Nevada Test and Training Range. This contract, set aside for HUBZone firms, aims to provide a wide range of construction and maintenance services, including carpentry, plumbing, HVAC, and electrical work, with individual task orders valued between $15,000 and $4 million, and a total ceiling amount not exceeding $185 million over a five-year period. Interested contractors must register in the System for Award Management (SAM) and submit their proposals by January 23, 2026, following a pre-proposal conference scheduled for October 29, 2025. For further inquiries, potential bidders can contact Corrine Lemon at corrine.lemon@us.af.mil or Angela Mendoza at angela.mendoza.1@us.af.mil.
    Ellsworth AFB Simplified Acquisition of Base Engineering Requirements (SABER)
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the Simplified Acquisition of Base Engineering Requirements (SABER) at Ellsworth Air Force Base in South Dakota. This procurement aims to establish a firm-fixed price indefinite delivery indefinite quantity contract, where the selected contractor will provide all necessary personnel, equipment, transportation, and supplies to execute various task orders related to base engineering. The work is crucial for maintaining safe, sanitary, and operational conditions at the base, adhering to all applicable regulations. Proposals are due by July 10, 2025, with an anticipated award date of August 30, 2025. Interested contractors must be registered in the System of Award Management (SAM) and can direct inquiries to the primary contact, Samantha Hough, at samantha.hough.2@us.af.mil or 605-385-1730.
    FY26 Airfield Striping & Rubber Removal
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the FY26 Airfield Striping & Rubber Removal project at Dover Air Force Base in Delaware. This procurement is a 100% Small Business set-aside, requiring contractors to provide all necessary labor, materials, equipment, and tools for the project, which has a magnitude between $250,000 and $500,000. The contract will be a Firm Fixed Price (FFP) type, with a performance period of 365 calendar days from the notice to proceed, and proposals are due by 1:00 PM EST on January 9, 2026. Interested parties should direct inquiries to SSgt Mariah Thompson at mariah.thompson@us.af.mil or Mr. Dimas Bernacchia at dimas.bernacchia.2@us.af.mil, and proposals must remain valid through March 31, 2026.
    RENOVATE B110
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Savannah District, is preparing to issue a Request for Proposal (RFP) for the renovation of Building 110 at Robins Air Force Base in Georgia. This project involves significant renovations, including the upgrade of two hangar wings and administrative spaces, site improvements, lead-based paint and asbestos abatement, as well as enhancements to HVAC, electrical, and plumbing systems. The contract, which is a 100% Small Business Set-Aside under NAICS code 236220, is expected to have a construction magnitude between $25 million and $100 million, with a performance period not exceeding 1850 calendar days. Interested contractors should note that the anticipated solicitation release is around February 6, 2026, with bids due by March 6, 2026, and must be submitted electronically via the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module. For further inquiries, contact Tatjana Fisher at tatjana.m.fisher@usace.army.mil or Jeremiah Scheil at jeremiah.j.scheil@usace.army.mil.
    B6413 BUILDING RENOVATION SECURE SPACE
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking contractors for the renovation of secure space at Barksdale Air Force Base in Louisiana. This project, identified as 'B6413 BUILDING RENOVATION SECURE SPACE', falls under the NAICS code 236220, which pertains to Commercial and Institutional Building Construction, and is classified as a repair or alteration of airfield structures. The contract is set aside for 8(a) sole source, indicating a focus on small businesses within the 8(a) program, and interested parties can find more details by logging into the PIEE portal and searching for solicitation number W9126G26RA026. For inquiries, potential bidders can contact Bijay Gurung at bijay.gurung@usace.army.mil or by phone at 817-886-1018, or reach out to Lindsay M. Chvilicek at Lindsay.M.Chvilicek@usace.army.mil or 817-408-5319.
    Dyess Handyman IDIQ Sources Sought
    Dept Of Defense
    The Department of Defense, specifically the United States Air Force, is conducting market research for a potential Indefinite Delivery, Indefinite Quantity (IDIQ) contract for handyman services at Dyess Air Force Base in Texas. The contract will focus on maintenance, repair, alteration, and minor construction projects, with individual task orders valued at less than $350,000. This initiative aims to identify qualified small businesses that can meet the requirements outlined in the Statement of Work, which includes various construction trades such as carpentry, electrical, plumbing, and HVAC. Interested parties must respond to the attached questionnaire by January 5, 2026, at 11:00 AM CST, and can direct inquiries to TSgt Rey Anthony Imperial at reyanthony.imperial@us.af.mil or Abigail Noe at abigail.noe.1@us.af.mil.
    F-15 Cable and LOD Repair Services, Air Force Enhancement Program (AFREP) for Seymour Johnson AFB
    Dept Of Defense
    The Department of Defense, through the 4th Contracting Squadron at Seymour Johnson Air Force Base, is soliciting proposals for F-15 Cable and Light Off Detector (LOD) Repair Services as part of the Air Force Enhancement Program (AFREP). This procurement involves a total small business set-aside for a firm fixed-price indefinite delivery indefinite quantity (IDIQ) contract, which includes a one-year base period and four one-year options, requiring the service provider to repair F-15E cable and LOD parts to serviceable condition in accordance with specified technical orders. Interested vendors must possess an approved Source of Approved Repair (SAR) letter and be registered in the System for Award Management (SAM) to be eligible for award. For inquiries, potential offerors can contact Angela Gibson at angela.gibson.4@us.af.mil or Glinnis Thompson at glinnis.thompson@us.af.mil, referencing Solicitation Number FA480926Q0003. All solicitation documents will be available on SAM.gov.
    FY26 Airfield Pavement Preventative Maintenance
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the FY26 Airfield Pavement Preventative Maintenance project at Dover Air Force Base in Delaware. This opportunity is a 100% Small Business set-aside, requiring contractors to provide all labor, materials, equipment, and tools necessary for airfield pavement maintenance, with a project magnitude estimated between $250,000 and $500,000. The contract will be a Firm Fixed Price type with a performance period of 365 calendar days, emphasizing the importance of maintaining airfield infrastructure for operational readiness. Proposals are due by 1:00 PM EST on January 9, 2026, and must remain valid through March 31, 2026; interested parties should direct inquiries to SSgt Mariah Thompson at mariah.thompson@us.af.mil or Mr. Dimas Bernacchia at dimas.bernacchia.2@us.af.mil.
    Repair HVAC B611
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors for the repair of HVAC systems at Building 611, Shaw Air Force Base, South Carolina. The project involves the design, demolition, and installation of new HVAC units, while retaining the existing chiller and chilled water pump, and includes requirements for temporary disassembly of ceiling structures, replacement of damaged ceiling materials, and pre-demolition flow rate measurements. This procurement is critical for maintaining operational efficiency in an occupied facility, ensuring compliance with federal and local codes, and providing a one-year warranty on the work performed. Interested vendors must submit their company information and capabilities statements by December 30, 2025, to the designated contacts, Kishauna Goodman and Darrel Ford, via email.
    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.