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
  1. 1
    Posted Dec 22, 2024, 12:00 AM UTC
  2. 2
    Updated Jan 16, 2025, 12:00 AM UTC
  3. 3
    Due Jan 17, 2025, 8:00 PM UTC
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
Mar 26, 2024, 1:11 PM UTC
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.
Mar 26, 2024, 1:11 PM UTC
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.
Mar 26, 2024, 1:11 PM UTC
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.
Mar 26, 2024, 1:11 PM UTC
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.
Mar 26, 2024, 1:11 PM UTC
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.
Mar 26, 2024, 1:11 PM UTC
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.
Jan 16, 2025, 2:05 PM UTC
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.
Jan 16, 2025, 2:05 PM UTC
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.
Mar 26, 2024, 1:11 PM UTC
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.
Jan 16, 2025, 2:05 PM UTC
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.
Mar 26, 2024, 1:11 PM UTC
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.
Jan 16, 2025, 2:05 PM UTC
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.
Jan 16, 2025, 2:05 PM UTC
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.
Jan 16, 2025, 2:05 PM UTC
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
Combined Synopsis/Solicitation
Solicitation
Sources Sought
Similar Opportunities
Rugged Antenna Ultra-Wideband
Buyer not available
The Department of Defense, specifically the Naval Surface Warfare Center (NSWC) Dahlgren Division, is seeking quotations for the procurement of rugged ultra-wideband antennas, specifically the EM-6841 model, to meet military standards (MIL-STD-810H). The procurement requires five units to be delivered to Dahlgren, Virginia, and emphasizes that suppliers must be authorized resellers to provide quotes, ensuring compatibility with existing hardware. Interested vendors must submit their proposals by May 2, 2025, with the anticipated award date set for June 1, 2025. For further inquiries, potential bidders can contact Lee Ann Mizelle at lee.a.mizelle.civ@us.navy.mil or by phone at 540-742-8050.
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.
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 36 antennas under solicitation number NSN 5985012994811. The procurement is for a source-controlled drawing item, with specific requirements that must be met as outlined in the solicitation documents. These antennas are critical components for various military applications, ensuring reliable communication and operational effectiveness. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil, with the delivery expected at DLA Distribution Jacksonville within 301 days after order placement.
Local Exchange Services for Fort Benning, GA.
Buyer not available
The Department of Defense, specifically the Department of the Army, is soliciting quotes for local exchange services at Fort Benning, Georgia, under solicitation number W91RUS25Q0017. The procurement aims to establish local voice and data circuits, including installation and maintenance of both analog and digital communication systems, in compliance with specified technical standards and safety regulations. These services are critical for ensuring reliable communication capabilities within the military context, supporting essential operations such as E911 and directory assistance. Interested vendors must submit their quotations, including proof of certification as facilities-based carriers in Georgia, by the specified deadline to the primary contact, Scot Stedman, at scot.c.stedman.civ@army.mil, with a performance period expected to commence upon contract award.
Install Diversity Fiber Connecting ITB 700 to Hangar 5 & Bldg. 404
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to furnish, install, and test two 12-strand Single Mode Fiber Optic Cables connecting Information Transfer Building (ITB) 700 to Hangar 5 and Building 404 at Dobbins Air Reserve Base in Georgia. This project, which is 100% set aside for small businesses, requires the contractor to provide all necessary equipment, materials, labor, and supervision while adhering to current telecommunications installation standards. The total contract value is estimated to be between $500,000 and $1,000,000, with a firm-fixed-price contract expected to be awarded, and a performance period of 365 calendar days. Interested parties should note that the solicitation will be available on or about April 17, 2025, with proposals due by May 21, 2025, at 2:00 p.m. EST. For further inquiries, contact Warren Derrick Deeds at warren.deeds@us.af.mil or Kenneth J. Jacob at kenneth.jacob.1@dobbins.af.mil.
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 five antennas under solicitation number NSN 5985015392285. The procurement is set aside for small businesses, specifically under the Total Small Business Set-Aside (FAR 19.5), and aims to secure these critical components for military applications. The antennas are essential for various communication and electronic systems, highlighting their importance in maintaining operational readiness. Interested vendors must submit their quotes electronically, as hard copies will not be available, and inquiries can be directed to the buyer via email at DibbsBSM@dla.mil.
59--ANTENNA
Buyer not available
The Defense Logistics Agency (DLA) is seeking quotes for the procurement of antennas, specifically NSN 5985014186105, with a requirement for six units to be delivered to the DLA Distribution Depot Hill within 373 days after order placement. This procurement is critical for maintaining operational capabilities within the Department of Defense, as antennas are essential components in communication and electronic systems. Interested vendors are encouraged to submit their quotes electronically, as hard copies of the solicitation will not be available, and all inquiries should be directed to the buyer via the provided email address, DibbsBSM@dla.mil.
PROVIDE, INSTALL, AND MAINTAIN A CHANNELIZED OC-12 (622.08MB) BETWEEN (BLDG) 700, (ROOM) 116, 1356 ATLANTIC AVENUE, DOBBINS ARB, GA(DBBNSARB/CCI) AND (BLDG) 857, (ROOM) 122, 401 EAST MOORE AVE, MAXWELL AFB GUNTER ANNEX, AL(GNTRANNX/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 channelized OC-12 telecommunications circuit between Dobbins Air Reserve Base in Georgia and Maxwell Air Force Base Gunter Annex in Alabama. The objective is to establish a reliable telecommunications infrastructure that meets stringent performance metrics, including 99.5% availability and rapid response times for repairs, with the circuit required to be operational by September 11, 2025. This procurement is critical for supporting government operations and ensuring effective communication capabilities. Interested contractors must submit their quotes via the IDEAS system by the specified deadline, and for further inquiries, they can contact Jennifer Voss at jennifer.n.voss.civ@mail.mil or Kristina Hoff at kristina.m.hoff.civ@mail.mil.
Maynard SpiraCone antenna install
Buyer not available
The Department of Homeland Security, specifically the Federal Emergency Management Agency (FEMA), is seeking qualified contractors for the installation of a Spira-Cone antenna at its facility in Maynard, Massachusetts. The project requires contractors to conduct a geological survey, design and install a foundation, and ensure the antenna is equipped with compliant grounding and transmission systems, all while adhering to safety regulations and environmental considerations. This initiative is crucial for enhancing communication capabilities essential for national continuity programs. Interested parties must submit their proposals by May 22, 2025, detailing firm-fixed pricing and relevant experience, with the contract expected to be awarded based on the best value approach. For further inquiries, contact Erin Cotter at erin.cotter@fema.dhs.gov.
AMENDMENT 0001- FY25 42SFS Fiber Optic Cabling and CCTV Camera Installation
Buyer not available
The Department of Defense, through the 42nd Contracting Squadron at Maxwell Air Force Base, Alabama, is seeking proposals from qualified small businesses for the installation of fiber optic cabling and three CCTV cameras to enhance security measures for the 42d Security Forces Squadron. This procurement is critical for improving the base's security infrastructure and involves specific requirements for materials and installation services across designated areas, including the Prison Camp Area, Golf Course Area, and 400 Housing Area. Proposals must comply with federal regulations and include detailed submission requirements, with a firm-fixed price contract anticipated. Interested parties should note that a site visit is scheduled for May 1, 2025, and must submit their proposals by the specified deadlines to the primary contact, William M Griffiths, at william.griffiths.5@us.af.mil or by phone at 334-953-7393.