Cell Phone Booster with Installation for SAD
ID: W912PM24Q0010Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW074 ENDIST WILMINGTONWILMINGTON, NC, 28403-1343, USA

NAICS

Other Communications Equipment Manufacturing (334290)

PSC

TELEPHONE AND TELEGRAPH EQUIPMENT (5805)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking proposals from qualified small businesses for the installation of a cell phone booster system at the South Atlantic Division Headquarters in Atlanta, Georgia. The project involves the installation of a Wilson Pro 4300 system, which includes eight antennas to enhance cellular connectivity for office personnel, with a total of four additional antennas required for comprehensive coverage. This procurement is crucial for improving communication capabilities within the facility, ensuring that personnel have reliable cell phone service. Interested vendors must submit both price and technical quotes electronically by January 17, 2025, at 3:00 P.M. Eastern Time, and can direct inquiries to Shaun McKenna at shaun.m.mckenna@usace.army.mil or Rosalind M. Shoemaker at rosalind.m.shoemaker@usace.army.mil.

    Files
    Title
    Posted
    The document contains a message indicating that the content may not display properly in the current PDF viewer. It suggests upgrading to the latest version of Adobe Reader and provides links for assistance. Additionally, it mentions trademarks associated with Windows, Mac, and Linux.
    The document outlines various facilities and project boundaries related to the Falls Lake area, including picnic sites, parking, and trails. Additionally, it includes details on mowing and pine straw mulch areas, specifying the sizes of different groups of mowing sections. The spatial references and sources are provided for mapping purposes.
    The document is a mishap notification and investigation form created by the U.S. Army Corps of Engineers (USACE), used for reporting and investigating incidents involving injuries, illnesses, and property damage. It includes requirements from several laws and regulations, details about data privacy, and prompts for reporting specifics about the mishap and involved personnel. Additionally, it outlines steps for corrective actions and data collection to improve workplace safety and prevent future incidents.
    The document outlines the reporting timelines and classifications of accidents for contractors, specifying initial notifications and reports to the Government Designated Authority (GDA) for each class. Accident classes range from A (fatalities or severe property damage) to G (minor injuries and property damage), with different requirements for submitting initial and final reports within specified timeframes. Each class includes detailed criteria for classification and associated monetary thresholds for property damage.
    The US Army Corps of Engineers (USACE) mandates prime contractors to submit a monthly record of work-related injuries, illnesses, and exposure, adhering to EM 385-1-1 standards. The record must encompass details such as exposure work hours, accident specifics, and injury classifications, and include the use of the USACE ENG Form 3394 for recordable accidents. Contractors are required to provide revised reports if initial submissions undergo changes, ensuring accurate and up-to-date injury and illness data.
    The U.S. Army Corps of Engineers Wilmington District Safety Meeting Minutes report provides a structured format for recording safety meeting details, including attendees, observed unsafe conditions, and a safety presentation topic. It captures essential information for safety governance within construction projects. This form replaces the obsolete SAW Form 297.
    The document outlines the layout and specifications for a facility related to government operations, specifically focusing on the division of spaces such as storage areas, executive rooms, and a conference area. The main areas identified include the Executive Conference Room, a secure EOC War Room encompassing 1564 square feet, and a designated computer room. Additional features specified are access points and freight elevators, indicating a well-planned infrastructure to support operational capabilities. The document also includes an extensive list of designations across various spaces with associated codes, indicating a complete inventory of the environment's layout. The information suggests a focus on efficient use of space in accordance with the requirements typical of federal projects, enhancing functionality within government RFPs. Overall, the document serves as a meticulous plan for organizing and equipping a government facility, vital for managing operations effectively while accommodating necessary security and operational needs.
    The document appears to be a detailed list of various government project IDs, denoted by (V) for various items and (D) for associated documents, likely related to Requests for Proposals (RFPs) or federal grants. The extensive sequence of alphanumeric codes suggests a systematic cataloging of projects, each associated with a unique identification number for tracking and administrative purposes. The numbers may correspond to specific projects, contracts, or grants that are currently active or have been archived. The presence of multiple codes with similar prefixes hints at categorical subdivisions—such as by funding type or project phase—though these distinctions are not further elaborated within the text. Overall, the document seems to serve as a reference guide for internal stakeholders to navigate existing projects efficiently. Its structure, mainly consisting of itemized project IDs, reflects a systematic approach to government project management, crucial for ensuring transparency and accountability in federal and state programs.
    The document provides a summary of questions and answers related to a grounds maintenance solicitation for Falls Lake. Key topics include the contractor's responsibilities for safety meetings, equipment submission protocols, and changes in scope since the previous contract, such as reduced mowing areas and eliminated services like herbicide spraying. Notably, prior performance contracts from major subcontractors may be accepted as long as the prime contractor was the awardee.
    The document outlines the requirements and questions related to the Request for Proposal (RFP) for a new Distributed Antenna System (DAS) designated for the SAD Cell Phone Booster, with solicitation number W912PM25Q0010. Key points include that there is no existing DAS or design specifications available, indicating this is entirely a new implementation. The building features a drop tile ceiling, but information regarding existing support pathways is unavailable. Additionally, there are no specified security requirements, access times, or labeling mandates for the project. A site visit was conducted on January 7, 2025, but further evaluation details remain scarce. The document reflects the government's initial steps in establishing technical needs for enhancing cellular connectivity within the site, emphasizing the need for clear communication and detailed responses from potential contractors. Overall, it provides a foundational overview for vendors interested in submitting proposals for this DAS installation project.
    The U.S. Army Corps of Engineers is seeking quotes for grounds maintenance services at Falls Lake, Wake Forest, NC, under solicitation number W912PM24Q00010, due by February 8, 2024. The project includes various tasks over a base year followed by four possible option years, with details provided in the attached Performance Work Statement. Offerors must submit their proposals via email and may attend a site visit scheduled for January 22, 2024.
    This document is an amendment to the solicitation for a contract with the U.S. Army Corps of Engineers, Wilmington District, focused on installing a cell phone booster system at their South Atlantic Division Headquarters in Atlanta, GA. The amendment introduces two new attachments related to project specifications and clarifies line items, specifically detailing the requirement for one cell phone booster and eight antennas. The wage determination has also been updated, stipulating compliance with federal minimum wage laws. Additionally, the statement of work outlines the scope, objectives, performance requirements, and safety protocols for the installation project. Contractors are expected to comply with engineering codes, safety regulations, and anti-terrorism training requirements. A site visit is scheduled to provide further clarification of the project. This amendment ensures that all contractors are well-informed and prepared to meet the project's stipulations and wage requirements, reflecting the government's commitment to transparency and compliance in federal contracting.
    The document is a solicitation (W912PM25Q0010) issued by the U.S. Army Corps of Engineers, inviting offers for the supply of cell phone boosters, specifically the Wilson Pro 4300 System. The solicitation was issued on December 22, 2024, with offers due by January 17, 2025. It is a small business set-aside under NAICS Code 3334290. Contractors must submit both price and technical quotes electronically, as hard copies are not accepted. The document outlines the required supplies and services, including quantity and unit price expectations, inspection and acceptance terms, and delivery information. It specifies that items will be delivered to a location in Atlanta, GA, within 90 days of award. Additionally, the solicitation includes numerous clauses from the Federal Acquisition Regulation (FAR) and the Defense FAR Supplement that address topics such as compliance with telecommunications equipment prohibitions, commercial product definitions, and contractor responsibility. This solicitation emphasizes the government’s commitment to the procurement of products that are compliant with current regulations while encouraging participation from small businesses, indicating an effort to foster fair competition and responsible contracting practices in federal procurements.
    The document outlines Request for Quotation (RFQ) W912PM25Q0010, issued by the U.S. Army Corps of Engineers. The solicitation, designated for small businesses under NAICS Code 3334290, seeks technical and price quotes for installing an Enterprise Cell Phone Booster System (Wilson Pro 4300) to enhance cellular connectivity. Proposals are due by January 17, 2025, and must be submitted electronically. The RFQ specifies the delivery of four antennas with associated equipment, to be accepted at the destination specified, within 90 days. The selection process prioritizes the lowest price among technically acceptable offers. Vendors must certify compliance with various federal regulations, including those pertaining to telecommunications equipment, and disclose financial responsibilities and previous performance evaluations. The purpose of this document is to facilitate procurement by ensuring transparency and compliance with federal contracting standards, while encouraging participation from small businesses. It underscores the emphasis on technological upgrades within government operations, addressing connectivity challenges faced by federal entities.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Request for Information - Modular Open Radio Frequency Architecture (MORA) Aligned RF Amplifier System
    Buyer not available
    The Department of Defense, specifically the Army, is seeking information through a Request for Information (RFI) regarding the Modular Open Radio Frequency Architecture (MORA) Aligned RF Amplifier System, designated as W56KGY-25-R-KC01. The objective is to gather insights on potential sources and emerging technologies for a vehicle-mounted RF amplifier that can operate across a wide frequency range and facilitate RF distribution to various vehicle systems. This initiative is crucial for enhancing military communication capabilities and ensuring interoperability among different vehicle systems. Interested and verified Cleared Defense Contractors are invited to submit white papers detailing their technical capabilities and cost estimates by April 4, 2025, at 3 PM EST, with additional information available upon request from designated contacts Kellie R. Clavijo and Jay Kent.
    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 essential communication infrastructure services at the Engineer Research and Development Center (ERDC) in Vicksburg, Mississippi. The contract encompasses the installation, maintenance, and repair of communication networks, including the establishment of two distinct networks (CorpsNet and RDE) within the newly constructed Building 9000, requiring specialized labor, materials, and adherence to stringent industry standards. This procurement is critical for ensuring efficient telecommunications management and infrastructure support across federal sites, with a contract value ranging from $2,500 to $22.95 million over a five-year period. Interested small businesses must submit their proposals by April 1, 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 for further information.
    Distributed Antenna System (DAS) Maintenance
    Buyer not available
    The Defense Health Agency (DHA) is seeking qualified contractors to provide maintenance services for a multi-vendor Distributed Antenna System (DAS) at Wright-Patterson Air Force Base in Ohio. The contract will encompass both preventative and remedial maintenance as outlined in the Performance Work Statement (PWS), with a focus on enhancing communication systems while promoting participation from small businesses, particularly those owned by service-disabled veterans and women. This procurement is critical for ensuring the operational efficiency of telecommunications services within the military healthcare environment. Interested contractors must submit their quotes via email to Regina Flowers by March 24, 2025, and are encouraged to direct any questions regarding the solicitation to her by March 14, 2025.
    Local Exchange Services for Camp Merrill, GA
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting quotes for local exchange services at Camp Merrill, Georgia, under solicitation number W91RUS25Q0013. The procurement aims to secure local voice and data circuits as outlined in the attached Statement of Work, which includes requirements for installation, maintenance, and restoration of services, ensuring compliance with regulatory standards for government communications. This contract is crucial for maintaining operational integrity and responsiveness in government communications infrastructure. Interested vendors must submit their quotations, including proof of certification as a facilities-based carrier in Georgia, by the specified deadline to the primary contact, Scot Stedman, at scot.c.stedman.civ@army.mil or by phone at 571-588-1762.
    AMPLIFIER,RADIO FRE
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Land and Maritime, is seeking proposals for the procurement of 17 units of a Radio Frequency Amplifier, specifically NSN 5996-01-701-1257, which is a sole source item from L3Harris Global Communications. This procurement is critical for military applications and will follow FAR Part 15 guidelines, emphasizing a combination of price, past performance, and delivery in the evaluation process. Interested suppliers must submit their proposals electronically via DIBBS or email to the Acquisition Specialist, Cerita Sellers, with a required delivery timeframe of 410 days and a solicitation release date of March 31, 2025. For further inquiries, suppliers can contact Cerita Sellers at (614) 692-4005 or via email at Cerita.Sellers@dla.mil.
    PROVIDE, INSTALL, AND MAINTAIN A 3GB ETHERNET SERVICE BETWEEN: A. (BLDG) MAIN FACILITY; (RM) COMMERCIAL DEMARC; (FL) 1ST; 1821 AVONDALE MILL ROAD, MACON, GA 31216/CCI, AND B. (BLDG) 214, FRAME ROOM, 1ST FL, 150 RICHARD RAY BLVD, ROBINS AFB, GA 31098/CCI
    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 3GB Ethernet service connecting two facilities in Georgia. The project requires compliance with specific technical requirements, including extensive testing and acceptance protocols, with a completion deadline set for August 15, 2025. This telecommunications service is crucial for ensuring reliable communication and operational efficiency within the military infrastructure. Interested contractors must submit their proposals, adhering to the Lowest Price Technically Acceptable (LPTA) evaluation criteria, with all inquiries directed to Jennifer Voss or Angelina Hutson via their respective emails. The solicitation details and requirements are outlined in the attached documents.
    RFQ - 711 HPW/RHDR 10kW Amplifier System
    Buyer not available
    The Department of Defense, through the Air Force Research Laboratory, is soliciting proposals for a 10kW amplifier system to replace outdated equipment at the 711 HPW/RHDR, with a focus on enhancing research capabilities in high peak power continuous and pulsed microwave applications. The procurement requires a system that meets specific technical specifications, including a frequency range of 1-6 GHz and a minimum power output of 8 kW to 10 kW, ensuring compatibility with existing infrastructure and operational efficiency. This upgrade is critical for ongoing bioeffects research, with a desired delivery timeline of 18 months post-award to Fort Sam Houston, Texas. Interested small businesses must submit their quotes by April 1, 2025, and can direct inquiries to Contracting Officer Chris Stokes at chris.stokes.1@us.af.mil.
    PROVIDE, INSTALL, & MAINTAIN A DEDICATED EPL 800MB LEASE BETWEEN BLDG 7060; TELEPHONE ROOM A; FL 1ST; 527 AIR BASE ROAD, ATLANTIC, NC 28511 & BLDG 9014; RM COMM: FL 1ST; 21 WHALE RD, PINEY ISLAND, BEAUFORT, NC 28516; (LAT) 34.9800; (LONG) -76.4299.
    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 dedicated 800MB Ethernet Private Line (EPL) service lease between two military buildings located in Atlantic and Beaufort, North Carolina. Contractors are required to meet specific technical specifications, including the installation of fiber optics, and must provide detailed proposals that outline compliance with operational requirements and pricing structures. This procurement is crucial for ensuring reliable telecommunications infrastructure that supports military operations, reflecting the government's commitment to maintaining efficient communication systems. Interested contractors should submit their proposals by March 28, 2025, and can direct inquiries to John Beckman or Dale Rupright via email at john.e.beckman.civ@mail.mil and dale.l.rupright.civ@mail.mil, respectively.
    PROVIDE, INSTALL, AND MAINTAIN A 2.488GB WAVE LEASE SERVICE BETWEEN 1. BLDG 942, ROOM 115, 101 EAST KIRKPATRICK AVE, MAXWELL AFB, AL.(MXWLLAFB/CCI) 2. BLDG 44, FRAME ROOM, 104 WEST CHOCTAWAHATCHEE, EGLIN AFB, FL (EGLINAFB/CCI)
    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 2.488 GB Wave Lease service connecting Maxwell Air Force Base in Alabama to Eglin Air Force Base in Florida. This procurement aims to enhance telecommunications infrastructure, ensuring reliable connectivity and compliance with stringent technical requirements, including a minimum service availability of 99.5%. Interested vendors must submit their quotes by April 21, 2025, with the service operational by August 19, 2025; proposals will be evaluated based on price and technical acceptability. For further inquiries, interested parties may contact Jennifer Voss or Angelina Hutson via email at jennifer.n.voss.civ@mail.mil and angelina.hutson.civ@mail.mil, respectively.
    59--ANTENNA
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 298 antennas under solicitation number NSN 5985015211775. The procurement is set aside for SBA Certified Women-Owned Small Businesses (WOSB) and aims to deliver the antennas to DLA Distribution within 49 days after order. These antennas are critical components in electrical and electronic equipment, playing a vital role in communication systems. Interested vendors must submit their quotes electronically, as hard copies of the solicitation are not available, and any inquiries should be directed to the primary contact at DibbsBSM@dla.mil.