Install Eighty-Two (82) NIPR drops in 31 data outlets and additional Telecommunication Equipment in Bldg. T-126 on Fort Shafter, Hawaii
ID: W912CN25QA017Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMY0413 AQ HQ RCO-HIFORT SHAFTER, HI, 96858-5025, USA

NAICS

Other Computer Related Services (541519)

PSC

IT AND TELECOM - NETWORK SUPPORT SERVICES (LABOR) (DG01)

Set Aside

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

    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the installation of eighty-two (82) NIPR drops and additional telecommunication equipment in Building T-126 at Fort Shafter, Hawaii. The contractor will be responsible for providing all necessary personnel, tools, equipment, and materials to ensure a turn-key installation that adheres to NEC and TIA standards, including tasks such as installing digital locks, relocating outlets, and ensuring proper grounding and labeling of equipment. This project is critical for enhancing telecommunication capabilities within the facility, and proposals will be evaluated based on technical approach and pricing, with a focus on delivering a comprehensive solution. Interested contractors should direct inquiries to Alan Henrichson at alan.l.henrichson.civ@army.mil or Chris Doyle at christopher.s.doyle.civ@army.mil, with the deadline for questions set for April 11, 2025.

    Point(s) of Contact
    Files
    Title
    Posted
    This document contains measurements related to a building located on the first floor of a specific facility—identified as Building 126. The information mostly consists of various dimensions, presumably of distinct areas or rooms within the building, listed in feet and inches. It appears to provide details necessary for planning and assessing space utilization or renovation needs. The term "abandoncable" at the end may suggest that certain areas could be disregarded or identified for abandonment in future designs or layouts. Overall, the document serves as a precise technical reference for decision-makers involved in federal grants or requests for proposals concerning space modifications or assessments within the building.
    The document outlines the specifications for NIPR (Non-secure Internet Protocol Routing) data drops for a building designated as BLDG FS T126. It details the distribution of NIPR drops based on the number of data outlets: three drops per data outlet for 20 outlets (totaling 60 drops) and two drops per data outlet for 11 outlets (totaling 22 drops). In total, there are 31 data outlets resulting in 82 NIPR drops. This information appears to be part of a larger federal or state/local RFP related to communication and data infrastructure improvements within government facilities. The structured approach to detailing the NIPR drop requirements likely supports compliance and operational efficiency within the proposed project.
    The Performance Work Statement outlines the requirements for installing eighty-two (82) NIPR drops and additional telecommunication equipment in Building T-126 at Fort Shafter, Hawaii. The contractor must provide personnel, tools, and materials to ensure a turn-key installation that meets NEC and TIA standards. Key tasks include the installation of digital locks, bonding copper bus bars, relocating outlets, replacing patch panels, and ensuring proper grounding and labeling of equipment. Additionally, all reports and deliverables, including architectural documents and operational plans, must be submitted within specified timeframes. Access to facilities must be coordinated with the 30th Sig/NEC point of contact, and contractors must conduct quality control and undergo periodic evaluations of their performance. The document also stipulates policies on cell phone usage, anti-terrorism awareness training (IWATCH), and access passes for personnel and vehicles at Army installations. Contractors are responsible for employee compliance with security training and reporting requirements. Overall, this comprehensive document emphasizes strict adherence to standards and timely execution of services critical for mission success.
    Similar Opportunities
    DPW, INSTALLATION OF BLDG TRANSCEIVER AT B579, B581, B582, CAMP WALKER, SOUTH KOREA (MATOC)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking contractors for the installation of building transceivers at facilities B579, B581, and B582 located at Camp Walker, South Korea. This procurement falls under the NAICS code 236220, which pertains to commercial and institutional building construction, and aims to enhance communication capabilities within the military infrastructure. Interested parties can find more details by logging into the Procurement Integrated Enterprise Environment (PIEE) and searching for solicitation number W90VN926RA011. For inquiries, potential bidders may contact Robert Nimmo at robert.w.nimmo.civ@army.mil or by phone at +82-0503-363-5695.
    EL-00241-5J, Power and Data for Workstations, Building P10110
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the installation of power and data systems for workstations at Building P10110, located at Fort Drum, NY. This project falls under the Commercial and Institutional Building Construction category and is classified as a HUBZone Set Aside, indicating a preference for small businesses located in historically underutilized business zones. The work involves the repair or alteration of real property, which is crucial for maintaining operational efficiency within military facilities. Interested contractors can find more details by logging into the Procurement Integrated Enterprise Environment (PIEE) and searching for solicitation number W911S226Q4988. For inquiries, Stephen Murray can be contacted via email at stephen.n.murray.mil@army.mil or by phone at 315-772-1977.
    FTG267 R and C 80KVA UPS Replacement
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the replacement of two 80 KVA Uninterruptable Power Systems (UPSs) with two distributed redundant 75 KVA UPSs at the Readiness and Control building on the Missile Defense Complex located at Fort Greely, Alaska. This project is critical for ensuring reliable power supply and operational readiness within the facility. The solicitation is set aside for small businesses, and interested parties must acknowledge receipt of the amendment to the original solicitation to ensure their proposals are considered. For further details, including the solicitation and amendments, interested vendors should contact Brittney Morrison at brittney.morrison@usace.army.mil or Michelle Nelsen at michelle.nelsen@usace.army.mil, with the proposal due date remaining unchanged as per the latest amendment issued on December 12, 2025.
    Power Station Installation for Hangar 2418
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking responses for a Sources Sought notice regarding the installation of a power station in Hangar 2418 at Fort Eustis, Virginia, to support MOS 15Y training. The project involves a non-personnel services contract for the installation of electrical components, including a 150KVA transformer, a 30KVA transformer, various disconnects, a sub-panel, a quad outlet, and an emergency stop circuit, with a focus on ensuring stable power and a clean, labeled installation. This contract is crucial for enhancing training capabilities and is expected to last for one year, from January 1, 2026, to December 31, 2026. Interested contractors must confirm their ability to perform the work by emailing Jolene A. Granger at jolene.a.granger.civ@army.mil by 12:00 PM CST on December 17, 2025, although no capability statements or questions will be accepted at this time.
    Lighting Upgrade for Hangar 2406
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors for a lighting upgrade project at Hangar 2406 located at Fort Eustis, Virginia. The objective of this procurement is to install a new power station in Hangar 2418 to support the electrical needs for MOS 15Y Training, addressing the current outdated electrical system that hampers training readiness. This project is crucial for ensuring a reliable power supply for training activities, thereby preventing disruptions and the need for student relocations. Interested parties must confirm their capability to perform the installation by December 17, 2025, at 12:00 PM CST, and can reach out to Jolene A. Granger at jolene.a.granger.civ@army.mil for further information.
    Preventative Maintenance and Repairs for Uninterrupted Power Supply, Generators, and Automatic Transfer Switches
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide preventative maintenance and repair services for Uninterruptible Power Supplies (UPS), generators, and automatic transfer switches at various installations in Hawaii. The procurement aims to ensure uninterrupted power supply through routine maintenance and emergency services, adhering to federal, state, and local regulations, as well as manufacturer recommendations. This contract is crucial for maintaining operational readiness across multiple Army facilities on Oahu and the Big Island, with a detailed inventory of the equipment provided for reference. Interested firms must submit their capability statements to Maria Olipas at maria.d.olipas.civ@army.mil by December 17, 2025, at 10:00 am Hawaii Standard Time, to be considered for this Total Small Business Set-Aside opportunity.
    Installation Fiber Optics Networking Support Services
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Warfare Center (NAWCWD), is seeking qualified contractors to provide Installation Fiber Optics Networking Support Services. This procurement aims to secure Subject Matter Experts (SMEs) who will deliver cost-effective installation services for fiber optic networking, including network designs, fiber builds, and infrastructure mapping, which are not covered by existing Naval Enterprise Network frameworks. The contract will be a cost-plus-fixed-fee (CPFF) arrangement for a total of five years, comprising a one-year base period and four one-year options, with a total small business set-aside under NAICS code 541512. Interested parties must register in the System for Award Management (SAM) and submit proposals electronically via the PIEE Solicitation Module, with the solicitation expected to be posted around November 17, 2025. For further inquiries, contact Erika Martin at erika.m.martin6.civ@us.navy.mil or Erin K Strand at erin.k.strand.civ@us.navy.mil.
    J059 - Shore Equipment Installation and Maintenance Management Program (SEIMMP)
    Dept Of Defense
    The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Norfolk, is seeking proposals for the Shore Equipment Installation and Maintenance Management Program (SEIMMP) under solicitation number N0018926R0001. This procurement aims to secure contractor support services for the engineering, installation, and maintenance of electronic systems and equipment, primarily in support of Fleet Cyber Command/Commander U.S. 10th Fleet (FCC/C10F) and related IT mission requirements. The contract will cover a five-year period with an option for a six-month extension, focusing on various Navy and non-Navy installations across the continental United States and overseas, with key performance locations including Fort Meade, MD, Chesapeake, VA, and Oahu, HI. Interested vendors must submit their proposals by January 6, 2026, and can direct inquiries to Ethan Othersen or Jacob Gephart via their provided email addresses.
    403873 FLW AIT Barracks Complex II Phase 2
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army, is soliciting proposals for the construction of the Advanced Individual Training (AIT) Barracks Complex II Phase 2 at Fort Leonard Wood, Missouri. This project involves the design and construction of a standard AIT Battalion Complex to accommodate 600 soldiers, including barracks, company operations facilities, and various support structures, while incorporating essential safety and security features. The contract, valued between $100 million and $250 million, requires proposals to be submitted electronically via the PIEE system by January 23, 2026, with a focus on non-price evaluation factors such as Performance Confidence and Management Approach. Interested parties can reach out to Dale Coleman at dale.e.coleman@usace.army.mil or Michael G. France at michael.g.france@usace.army.mil for further inquiries.
    Recruiting Station Army Career Center Wahiawa, Hawaii
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is soliciting proposals for a fully-serviced lease of approximately 1,492 gross square feet of commercial retail space in Wahiawa, Hawaii, designated for Armed Forces Recruiting purposes. The lease term is set for four years and eleven months, with specific requirements including 24-hour access, adequate parking for government vehicles, and compliance with various construction and safety specifications. This opportunity is crucial for supporting military recruitment efforts in the region, and proposals must be submitted electronically by February 1, 2026, to the primary contact, Amy L. Capwell, at amy.capwell@usace.army.mil. Interested parties are encouraged to review all solicitation documents thoroughly to ensure compliance with the outlined requirements.