JBLM Premise Wiring
ID: FA462024QA255Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4620 92 CONS LGCFAIRCHILD AFB, WA, 99011-5320, USA

NAICS

Wired Telecommunications Carriers (517111)

PSC

IT AND TELECOM - DATA CENTER SUPPORT SERVICES (LABOR) (DC01)

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 proposals for a premise wiring upgrade project at Joint Base Lewis-McChord (JBLM) in Washington. The project entails the installation of approximately 33,000 feet of CAT 6 cabling to support the Non-classified Internet Protocol Router Network (NIPRNet), along with the necessary network equipment and compliance with federal labor standards. This initiative is crucial for enhancing the communication infrastructure within military facilities, ensuring operational efficiency and adherence to safety and environmental regulations. Interested small businesses must submit their proposals by September 12, 2024, and can contact Brandon Teague at brandon.teague.1@us.af.mil or Zachery W. Ray at zachery.ray.2@us.af.mil for further information.

    Files
    Title
    Posted
    The 92d Contracting Squadron is soliciting quotes for a premise wiring project at Joint Base Lewis-McChord (JBLM), identified as RFQ FA462024QA255. This solicitation, structured as a combined synopsis and solicitation, targets small businesses under the NAICS code 517111 for wired telecommunications. The project involves installing new Cat 6 wiring, network equipment, and testing, detailed in the attached Statement of Work. Interested vendors must register in the System for Award Management (SAM) and adhere to specific submission requirements, including providing technical descriptions and price schedules. A site visit is scheduled for August 22, 2024, to clarify project details. Quotes are due by September 3, 2024, with a binding contract awarded based on price and compliance with government regulations. This solicitation underscores the government's commitment to utilizing small businesses for critical telecommunications infrastructure improvements while adhering to federal acquisition guidelines.
    This document is an amendment to the solicitation FA462024QA255 for offers related to a contract under the jurisdiction of the 92nd Contracting Squadron at Fairchild Air Force Base, WA. The primary purpose of this amendment is to extend the deadline for offer submissions from September 3, 2024, at 1:00 PM PST to September 10, 2024, at the same time. A second amendment is anticipated to address inquiries raised following a site visit. Offerors are required to acknowledge receipt of this amendment in compliance with the submission terms. The document maintains that all previous terms and conditions remain unchanged and in full effect, ensuring consistency throughout the contracting process. This extension indicates the government’s commitment to providing adequate time for bidders to prepare their proposals, contributing to a fair competitive sourcing environment in federal procurement.
    The document is an amendment to solicitation FA462024QA255 for a project involving communications infrastructure improvements at Fairchild AFB, WA. It provides updates on specific requirements and clarifies questions raised by prospective contractors during a site visit. Major topics include detailed specifications for cabling, outlet installations, and network switches, along with responsibilities for moving furniture and managing existing systems. The amendment also addresses the necessary responses to contractor inquiries about installation procedures, material specifications, and project timelines. Key updates include the extension of the proposal submission deadline to September 12, 2024, and the incorporation of a site visit sign-in sheet. The government emphasizes that contractors need to provide a fixed price for their quotes, indicating a commitment to maintaining existing conditions where feasible. The clarification of various technical requirements aims to ensure that prospective contractors fully understand the project's scope and prepare accurate bids. Overall, this amendment demonstrates the government's dedication to transparency and collaboration in the contracting process.
    The Statement of Work (SOW) FA462024QA255 outlines the requirements for a contractor to engineer, furnish, install, and test premise wiring at Building 1306, Joint Base Lewis McChord (JBLM), Washington. The project focuses on installing approximately 33,000 feet of CAT 6 cabling to support the Non-classified Internet Protocol Router Network (NIPRNet). The contractor must provide all necessary materials, logistics, and manpower, ensuring compliance with federal, state, and local regulations, particularly concerning waste disposal and environmental management. Key aspects of the project include verifying drop locations, ensuring cables are installed per industry standards, and coordinating with base management for storage and workspace requirements. The contractor is also responsible for the installation of new network cabinets, grounding, electrical work compliant with the National Electric Code, and providing necessary network switches and uninterruptible power supplies (UPS). Quality assurance, compliance monitoring, and a detailed project schedule are required, along with various deliverables such as test reports and as-built drawings. The project’s performance period is capped at three months, adhering to specific work hours and federal holidays. The document emphasizes the necessity for safety compliance, environmental awareness, and effective communication with government representatives throughout the installation process.
    The document outlines the Statement of Work (SOW) for the engineering, furnishing, installation, and testing of premise wiring within Building 1306 at Joint Base Lewis McChord (JBLM), Washington. The primary objective is to support the Non-classified Internet Protocol Router Network (NIPRNet) with approximately 33,000 feet of new CAT 6 cabling to existing communications rooms. The contractor is responsible for materials, labor, coordination with base support for storage, and restoration of disturbed areas. The installation must adhere to specific standards and safety codes, including proper labeling and testing of all new installations. The project requires detailed attention to environmental management, waste disposal, and compliance with local and federal regulations, particularly regarding asbestos. A comprehensive management plan includes a schedule, on-site project manager, weekly progress reports, and a final walk-through. The contractor must provide warranties for workmanship and equipment. All work will be performed during standard business hours unless coordinated otherwise, and security requirements necessitate access requests for contractor personnel. This project exemplifies the government's commitment to enhancing telecommunications infrastructure while ensuring safety and regulatory compliance.
    The document FA462024QA255 pertains to a request for proposals (RFP) related to premise wiring at Joint Base Lewis-McChord (JBLM). It includes multiple references to "Attach. 2 - Wage Determination," indicating the focus on determining applicable wages for workers involved in the project. This suggests compliance with federal labor standards aimed at ensuring fair compensation for contracted labor in government projects. The repeated mentions of the wage determination highlight its significance in the procurement process, as it guides potential contractors on the wage rates they must adhere to. Overall, the document underscores the importance of aligning project specifications with federal guidelines and labor requirements in government contracting processes.
    The file FA462024QA255 outlines the pricing schedule for a project at Joint Base Lewis-McChord (JBLM) focusing on premise wiring. The document specifies three main items related to the procurement of services and materials for installation: 1) the installation of new Cat 6 wiring, including linear footage costs; 2) the acquisition of associated network equipment, encompassing necessary components like racks and power units; and 3) the comprehensive costs of delivery, installation, and testing of both the wiring and equipment, detailing the various expenses involved. Each item requires the contractor to fill in unit costs, total costs, and overall lead time. This RFP is critical for ensuring the installation adheres to standard operating procedures and operational needs of JBLM, emphasizing the core intent to enhance the facility’s communication infrastructure.
    The document outlines a Single Source Justification for the procurement of brand-name network switches—specifically, four Juniper EX3400-48T-TAA switches—needed for the JBLM Premise Wiring project at Joint Base Lewis-McChord. The switches are essential to implement new premise wiring and replace outdated CAT 6 wiring, ensuring compatibility with existing Juniper equipment to maintain operational integrity of the network. Market research conducted through previous similar contracts revealed vendor interest, indicating potential competition for the solicitation. The document emphasizes that only Juniper switches can fulfill the project's requirements without causing compatibility issues with the already established Juniper systems. Additionally, it mentions ongoing efforts, such as the "BITI Reset," aiming to unify hardware providers across the Air Force, though this may lead to continued dependence on a single brand due to uniformity standards. Compliance with the Federal Acquisition Regulation (FAR) reinforces the justification for a sole-source procurement under these circumstances.
    The document FA462024QA255 pertains to the JBLM Premise Wiring project, highlighting a scheduled site visit for prospective contractors. The purpose of the site visit is to facilitate understanding of the installation needs and conditions associated with the premise wiring at Joint Base Lewis-McChord (JBLM). Attendees are required to sign in, ensuring proper accountability and participation documentation. This information is crucial for contractors assessing the scope of work necessary for the request for proposal (RFP). The initiative emphasizes the federal government's approach to enhancing infrastructure capabilities within military facilities. Engaging contractors through site visits is a standard practice in federal and local RFP processes, aimed at fostering informed bidding and project implementation. The effective communication of site-specific requirements reflects the government's commitment to transparency and thorough planning in grant allocation and project execution.
    Lifecycle
    Title
    Type
    JBLM Premise Wiring
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    DPW Support Services at JBLM/YTC
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for IT and support services at Joint Base Lewis-McChord (JBLM) through a non-personal services contract. The contractor will be responsible for providing comprehensive IT support, including cybersecurity, hardware and software maintenance, user management, Geographic Information System (GIS) services, Computer-Aided Design (CAD) services, and database administration, all in accordance with the Performance Work Statement. These services are critical for maintaining the operational efficiency of the Directorate of Public Works at JBLM, ensuring that IT systems support the base's infrastructure and mission requirements effectively. Interested vendors must submit their proposals via email by the specified deadline, with all submissions needing to comply with the requirements outlined in the solicitation, including registration in the System for Award Management (SAM). For further inquiries, potential bidders can contact Terrance J. Bond at terrance.j.bond.civ@army.mil or Angela K. Chaplinski at angela.k.chaplinski.civ@army.mil.
    SOF Consolidated Rigging Facility, Joint Base Lew is McChord (JBLM), Washington
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking contractors for the construction of the SOF Consolidated Rigging Facility at Joint Base Lewis-McChord (JBLM) in Washington. This procurement falls under the NAICS code 236220, which pertains to Commercial and Institutional Building Construction, and involves the construction of miscellaneous buildings as indicated by the PSC code Y1JZ. The project is significant for supporting Special Operations Forces and enhancing operational capabilities at the base. Currently, the solicitation process has been suspended as per Amendment R0005 to the RFP W912DW24R0024, with a new proposal due date to be announced in the future. Interested parties can reach out to Alysha Macdonald at Alysha.A.MacDonald2@usace.army.mil or Caroline Mueller at caroline.b.mueller@usace.army.mil for further inquiries.
    LAK-DS-IAAFA Fiber Install to B7358 and B7356
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals from qualified contractors for the installation of fiber optic cable at Edge Buildings 7356 and 7358. The project involves the installation of a 24-strand Single Mode all-dielectric Fiber Optic Cable from Information Transfer Building 7065 to the two Edge Buildings, including associated fiber optic distribution panels, splicing, and terminations, as well as the installation of geo-textile fabrics and wall-mounted cabinets. This procurement is crucial for enhancing the telecommunications infrastructure within the facility, ensuring reliable connectivity and support for operational needs. Interested contractors, particularly those classified as Service-Disabled Veteran-Owned Small Businesses (SDVOSB), should contact Nichole Ray at nichole.ray.1@us.af.mil or Logan Smith at logan.smith.51@us.af.mil for further details, as the requirement will be competed under the SDVOSB set-aside program.
    (Pre-solicitation Notice) DPW Support Services
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is preparing to solicit bids for DPW Support Services at Joint Base Lewis-McChord (JBLM) in Washington. The contractor will be responsible for providing IT and business support services as part of the DPW IT Department, Business Operations and Integration Division, and Engineering Services Division, with potential work at the Yakima Training Center. This procurement is crucial for maintaining operational efficiency and support within the public works sector of the military installation. The solicitation is anticipated to be released around August 23, 2024, with a projected closing date of September 23, 2024, at 12:00 PM Pacific Standard Time. Interested parties can contact Terrance J. Bond at terrance.j.bond.civ@army.mil or Angela K. Chaplinski at angela.k.chaplinski.civ@army.mil for further information.
    Copper Fiber Cables
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Undersea Warfare Center (NUWC) Keyport, is soliciting bids for the procurement of various cable assemblies, specifically designed for power conditioning and related functions. The requirement includes a total of 16 different cable assemblies, with quantities of two for each item, and the contractor is expected to utilize government-furnished materials for specific assemblies. This procurement is critical for national defense and falls under a Defense Priority and Allocation System (DPAS) rating, emphasizing its urgency. Interested vendors must submit their proposals by September 20, 2024, at 1:00 PM PST, and are encouraged to contact Brook Smith at brook.m.smith.civ@us.navy.mil for further inquiries.
    Cable and Wiring Specialists LAN Drop Installation Services NMCSD
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency (DHA), is soliciting proposals for Cable and Wiring Specialists to provide LAN Drop Installation Services at the Naval Medical Center San Diego (NMCSD) and its associated clinics. The contract requires contractors to supply all personnel, equipment, and materials necessary for the installation and maintenance of voice and data cables, ensuring connectivity for over 13,000 devices serving a patient population of more than 250,000 beneficiaries. This initiative is crucial for maintaining the operational readiness of military personnel and their families, with the contract period set from October 1, 2024, to September 30, 2025, and an option for an additional year. Interested parties should contact Jane Pamintuan at jane.v.pamintuan.civ@health.mil or 210-952-7084 for further details and must submit their quotes by the specified deadline.
    Gray Eagle D/82 Fiber Optics Solicitation
    Active
    Dept Of Defense
    The Department of Defense, specifically the Army's Mission and Installation Contracting Command at Fort Liberty, is soliciting quotes for the installation of Gray Eagle D/82 fiber optic cables at Mackall Army Airfield in North Carolina. The project involves the removal of degraded fiber optic cables and the installation of new outdoor-rated multimode fiber, with a total length of approximately 5,600 feet, to restore communication capabilities essential for Unmanned Aircraft Systems (UAS) operations. This procurement is part of a total small business set-aside under NAICS code 238210, emphasizing the government's commitment to supporting small businesses while ensuring robust communication infrastructure at military installations. Interested vendors must submit their quotes by 1700 Eastern Standard Time on September 20, 2024, and direct any questions to the primary contact, Francisco J. Noda Merly, at francisco.j.nodamerly.mil@army.mil.
    Phase 1 RFP W912DW-24-R-0028 Design-Build P202 Parachute Survival Training Facility, Joint Base Lewis-McChord, Washington
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the Design-Build of the P202 Parachute Survival Training Facility at Joint Base Lewis-McChord, Washington, under Phase 1 of a two-phase project. This procurement aims to construct a facility that will enhance parachute survival training capabilities for military personnel, ensuring they receive the necessary training in a specialized environment. The project falls under the NAICS code 236220, which pertains to Commercial and Institutional Building Construction, and is set aside for small businesses in accordance with FAR 19.5. Interested contractors can reach out to Kyla Couch at kyla.m.couch@usace.army.mil or Susan Newby at susan.f.newby@usace.army.mil for further details, as amendments to the solicitation have already been issued.
    PROVIDE, INSTALL, AND MAINTAIN A NEW OTU-2 (10.709GB) LEASED ACCESS CIRCUIT ON THE BETWEEEN BLDG 1052, ROOM 101, FLOOR 1, 1321 3RD STREET, CREECH AFB, NV 89018 AND BLDG P6, NETWORK ROOM, 4450 GRISSOM AVENUE, NELLIS AFB, NV 89191
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Information Systems Agency (DISA), is seeking proposals for the provision, installation, and maintenance of a new OTU-2 (10.709GB) leased access circuit connecting Creech Air Force Base (AFB) and Nellis AFB in Nevada. The procurement aims to enhance telecommunications infrastructure, which is critical for military operations and connectivity between bases. This opportunity is classified under the NAICS code 517111 for Wired Telecommunications Carriers, and it will utilize a Lowest Price Technically Acceptable (LPTA) source selection process for evaluating quotes. Interested vendors must submit their proposals by the specified deadline and can contact Jennifer Voss or Angelina Hutson via email for further information.
    JBLM Lewis, Washington- Burger King Image Upgrade
    Active
    Dept Of Defense
    The Army and Air Force Exchange Service (AAFES) is soliciting proposals for the upgrade of a Burger King facility at Joint Base Lewis-McChord (JBLM), Washington. The project aims to modernize the restaurant's interior and exterior, including replacing the roof, updating finishes, enhancing lighting, and adding a dual-lane drive-thru, with an estimated contract value between $1 million and $2.5 million. This renovation is crucial for providing quality dining services to military personnel and their families while ensuring compliance with federal standards and safety regulations. Proposals are due by September 27, 2024, and interested contractors should contact Nikisha Knowlton at knowltonn@aafes.com or 214-312-4570 for further details.