Sources Sought Announcement - Construction of Power Independence Mission Control Station, Buckley Space Force Base, Colorado - Telecommunications System
ID: W9128F25SM030Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW071 ENDIST OMAHAOMAHA, NE, 68102-4901, USA

NAICS

Power and Communication Line and Related Structures Construction (237130)

PSC

CONSTRUCTION OF ELECTRONIC AND COMMUNICATIONS FACILITIES (Y1BG)
Timeline
  1. 1
    Posted Mar 24, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 31, 2025, 12:00 AM UTC
  3. 3
    Due Apr 9, 2025, 6:00 AM UTC
Description

The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is conducting a Sources Sought announcement to identify potential sources for the construction of a Telecommunications System as part of the Power Independence Mission Control Station (MCS) at Buckley Space Force Base in Colorado. The project aims to install a telecommunications system that meets specific operational requirements, utilizing standardized equipment from Cisco Systems and American Power Conversion Corp (APC), with an estimated construction cost ranging from $25 million to $100 million. This initiative is critical for supporting various facilities under the Space Force Program, ensuring robust communication capabilities essential for mission operations. Interested vendors must submit their capabilities statements to Contract Specialist Brandon Landis at brandon.p.landis@usace.army.mil by 2:00 p.m. CDT on April 9, 2025, to be considered for this opportunity.

Point(s) of Contact
Files
Title
Posted
Mar 31, 2025, 3:04 PM UTC
The document outlines the specifications and details of the Smart-UPS 2.2kVA Tower/Rack Mountable UPS, manufactured by American Power Conversion Corp, specifically the model SMX2200HVNC. This line-interactive UPS is designed to safeguard critical IT equipment and data through reliable power supply. Key features include a load capacity of 2200 VA, sine wave output voltage at 208 V AC and 230 V AC, and a battery recharge time of three hours. The UPS includes 12 battery and surge outlets with a rapid 10 ms transfer time, catering to various operational needs. Noteworthy product attributes include its formidable rack-mountable form factor, durability with a three-year warranty, and the inclusion of essential accessories such as software, installation guides, and management interfaces. The document also highlights its environmental friendliness and outlines that the product originates from the USA, aimed at small and medium businesses needing effective power management solutions. This summary serves to inform stakeholders involved in government RFPs or grants regarding the UPS product's viability and features, aiding in decision-making for procurement processes.
Mar 31, 2025, 3:04 PM UTC
The document lists various Cisco Systems products including network switches, power supplies, cables, and licenses, with associated quantities and part numbers. Key items include the Catalyst 9300 24-port UPOE switch and multiple licenses for network management and monitoring. Overall, the inventory consists of 12 distinct items, highlighting the equipment's capacity for enhancing network infrastructure.
Mar 31, 2025, 3:04 PM UTC
The document encompasses specifications for the Building Telecommunications Cabling System at Buckley SFB, CO, under RFP BUCO00102. It outlines requirements for various telecommunications components, including cabling, pathways, and equipment support, ensuring compliance with standards set by relevant authorities such as ASTM, IEEE, and UL. The project emphasizes sustainability and mandates submittals for shop drawings, product data, quality assurance, and regulatory compliance, including detailed qualifications for contractors and personnel involved in the installation. Key features include directives on installation practices, labeling, and testing requirements for copper and fiber optic cabling systems, ensuring adherence to electrical codes and telecommunications standards. The specification details environmental conditions for installations, recommends warranty and maintenance protocols, and provides documentation requirements for operation and maintenance. Overall, the document provides a comprehensive framework for establishing a robust and efficient telecommunications infrastructure, vital for mission control operations at the station, aligning with federal and state standards for cabling procedures and practices.
Similar Opportunities
Relay Ground Station – South (RGS-S) Antenna
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Omaha District, is seeking small businesses to participate in the construction of the Relay Ground Station – South (RGS-S) at Schriever Space Force Base in Colorado. This project involves the development of critical infrastructure, including concrete pads, antenna foundations, equipment shelters, and power systems, which are essential for the operation of legacy and next-generation Overhead Persistent Infrared (OPIR) satellites. The RGS-S will enhance ground terminal capacity for satellite operations under the Space-Based Infrared System (SBIRS) and Next Gen programs, with an anticipated project cost between $10 million and $15 million. Interested contractors must submit their capabilities statements by April 30, 2025, and a solicitation is expected to be issued in June/July 2025. For further inquiries, contact Brian Reynolds at brian.reynolds@usace.army.mil or Monica A. McKensey at monica.a.mckensey@usace.army.mil.
Lightning Protection Systems Repair Building 2024 PSFB CO
Buyer not available
The Department of Defense, specifically the U.S. Space Force, is soliciting quotes for the repair of the Lightning Protection System (LPS) at Building 2024 on Peterson Space Force Base in Colorado. Contractors are required to replace wind-damaged air terminal masts and ensure compliance with national and military codes, with a project timeline of 30 days for completion. This procurement emphasizes the importance of maintaining safety standards in military infrastructure, and it is set aside for small businesses under NAICS code 238290, with a submission deadline of April 15, 2025, at 12:00 PM MT. Interested parties should direct inquiries to Aaron Smith at aaron.smith.103@spaceforce.mil or Jason Donovan at jason.donovan.1@spaceforce.mil for further details.
USSPACECOM Building 1 Artwork
Buyer not available
The Department of Defense, through the U.S. Space Force's 21st Contracting Squadron, is seeking information from potential providers for artwork and branding services for Building 1 at Peterson Space Force Base in Colorado Springs, Colorado. The project involves the design, procurement, and installation of artwork that reflects the missions and heritage of USSPACECOM, with specific requirements for various wall configurations and mediums, including acrylic and metal prints. This initiative aims to enhance the aesthetic value of the command headquarters while aligning with operational themes related to space and military operations. Interested vendors must respond to the Sources Sought notice by April 9, 2025, and can direct inquiries to Cayce Moses at cayce.moses@spaceforce.mil or Amanda Davidson at amanda.davidson.5@spaceforce.mil.
CONSOLIDATED COMMUNICATIONS FACILITY PATRICK SPACE FORCE BASE, FLORIDA AMENDMENT 0007
Buyer not available
The Department of Defense, specifically the Department of the Army, is soliciting proposals for the Consolidated Communications Facility at Patrick Space Force Base in Florida, under Amendment 0007. This opportunity involves commercial and institutional building construction, with a focus on the construction of miscellaneous buildings as outlined in the revised specifications and drawings. The project is critical for enhancing communication capabilities at the base, and interested contractors should refer to the enclosed documents for detailed requirements and changes. Proposals must be submitted by the extended deadline, and for further inquiries, potential bidders can contact Rocky Harkless at rocky.a.harkless@usace.army.mil or Kyle Rodgers at KYLE.M.RODGERS@USACE.ARMY.MIL.
Repair Buildings 1508 for Space Control Facility and 1559 Admin Area
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking bids for a firm fixed-price contract to repair Buildings 1508 and 1559 at Vandenberg Space Force Base in California. This project involves providing all necessary labor, materials, and supervision for the repair of the Space Control Facility and the Admin Area, with a contract duration of 365 calendar days following the notice to proceed. The total construction cost is estimated to be between $5 million and $10 million, and the opportunity is exclusively set aside for small businesses under the NAICS code 236220. Interested contractors should note that the solicitation is expected to be issued around April 15, 2025, with a pre-bid conference tentatively scheduled for April 22, 2025. For further inquiries, contractors can contact Kristian Martin Perlas or Carmen Ridener via the provided email addresses.
W912HN25B4004 Project No.: 88726 CONSTRUCT CYBER - DOD INFORMATION NETWORK FACILITY MCA3
Buyer not available
The U.S. Army Corps of Engineers (USACE) Savannah District is soliciting bids for the construction of a Cyber and DOD Information Network Facility at Fort Eisenhower, Georgia, under Project No. 88726. This project aims to establish a state-of-the-art training facility that includes classrooms, instructional labs, administrative spaces, and secure information systems, adhering to the Army’s design standards and ensuring compliance with DoD security and accessibility requirements. The contract, which is a Firm-Fixed-Price (FFP) type, is estimated to be valued between $100 million and $250 million, with bids due by May 1, 2025, and a site visit scheduled for April 17, 2025. Interested contractors should contact Mr. Gregory Graham at gregory.m.graham@usace.army.mil for further details and ensure they are registered in the System for Award Management (SAM) to participate in the bidding process.
Notice of Intent to Sole Source
Buyer not available
The Department of Defense, specifically the Department of the Air Force, has issued a Notice of Intent to Sole Source for the upgrade of the Command and Control Dispatch System at the Colorado Springs Regional Command Post located at Peterson Space Force Base, Colorado. This procurement involves acquiring both hardware and software to implement Unify OpenScape, which is essential for meeting operational requirements. The sole source justification is based on the unique qualifications and proprietary technology of the selected supplier, ensuring compatibility with existing systems. Interested parties can reach out to Tiffany Harley at tiffany.harley.2@spaceforce.mil or Joseph Willard at joseph.willard@us.af.mil for further details regarding this opportunity.
Design and Construction of the NC3 Acquisition Management Facility
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers New England District, is preparing to issue a Request for Proposal (RFP) for the design and construction of the NC3 Acquisition Management Facility at Hanscom Air Force Base in Massachusetts. This project involves a two-step Best Value/Trade-off (BVTO) procurement process, with a scope that includes the construction of a new Logistics Readiness Squadron Warehouse, demolition of existing buildings, and the establishment of secure and unsecure areas within the new facility, which will support sensitive compartmented information operations. The estimated cost for this project ranges from $25 million to $100 million, with the solicitation expected to be released in April 2025 and contract awards anticipated in the summer of 2026. Interested parties can direct inquiries to Heather Skorik at heather.m.skorik@usace.army.mil or by phone at 978-318-8040.
Peterson Space Force Base Vehicle Barrier Maintenance and Repair
Buyer not available
The Department of Defense, through the United States Space Force, is seeking quotes for a Firm Fixed Price contract for the maintenance and repair of vehicle barrier systems at Peterson Space Force Base in Colorado. The contract aims to provide preventive maintenance, inspection, and minor repairs for operational vehicle barriers, ensuring compliance with military and federal standards while enhancing the facility's security infrastructure. This initiative is critical for maintaining effective access control and safety, with a total of forty-four vehicle barriers designated for ongoing operational needs. Interested small businesses must submit their quotes by May 2, 2025, and adhere to specific formatting and content requirements, with evaluations based on a Lowest Price Technically Acceptable (LPTA) method. For further inquiries, potential bidders can contact Tiana Glenn at tiana.glenn@spaceforce.mil or Philip Choate at philip.choate.1@spaceforce.mil.
Industry Day - Cape Cod Space Force Station Power Generation Microgrid, US Army Corps of Engineers, New England District
Buyer not available
The U.S. Army Corps of Engineers (USACE), New England District, is hosting an Industry Day on May 13th at 10:00 AM for contractors interested in the Cape Cod Space Force Station (CCSFS) Power Generation Microgrid project. This military construction initiative, part of the Energy Resiliency and Conservation Investment Program (ERCIP), aims to replace the existing power generation plant and infrastructure with new electrical systems and backup power assets, including enhancements such as a wind turbine integration and compliance with Uptime Institute’s Tier IV requirements. The estimated construction cost for this project ranges from $100 million to $250 million, and interested parties should RSVP for the event and ensure they have valid identification to access the secure military installation. For further inquiries, contact Tyler Maryak at tyler.s.maryak@usace.army.mil.