Fiber Optic Cable ITB 385 to B450
ID: FA302224Q0356Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA3022 14 CONS LGCACOLUMBUS, MS, 39710-0001, USA

NAICS

Electrical Contractors and Other Wiring Installation Contractors (238210)

PSC

INSTALLATION OF EQUIPMENT- ELECTRICAL AND ELECTRONIC EQUIPMENT COMPONENTS (N059)

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 bids for the installation of Fiber Optic Cable between ITB 385 and B450 at Columbus Air Force Base in Mississippi. The project requires a contractor to engineer, furnish, install, and test a single mode fiber optic cable, along with a 4-inch duct bore, ensuring compliance with telecommunications standards and safety regulations. This initiative is crucial for enhancing connectivity at the base and is set aside exclusively for small businesses under NAICS code 238210. Interested contractors must submit their quotes via email by 10:00 AM CST on September 11, 2024, and direct any questions by September 9, 2024, to the primary contacts, Augustina Binah and Nina M. Jones, at the provided email addresses.

    Files
    Title
    Posted
    The Statement of Work (SOW) for the installation of Fiber Optic Cable from ITB385 to B450 at Columbus AFB, MS outlines the requirements for engineering, furnishing, installing, and testing Single Mode Fiber Optic Cable. The contractor is responsible for all necessary equipment, tools, materials, and labor while adhering to current telecommunications standards and safety regulations. Key requirements include site safety coordination, environmental compliance, and rigorous quality assurance processes. The project will involve the installation of a 12-strand SM FOC and a new 4x1-way duct by boring, with stringent guidelines on debris management, utility markings, and cable tagging. The contractor must ensure proper project management, personnel qualifications, and documentation of progress through regular status reports and meetings. Notably, all tasks must be completed within 120 days post-contract award, and thorough testing and acceptance protocols are mandated before system implementation. The importance of compliance with federal, state, and local regulations throughout the project emphasizes the government's commitment to secure and efficient infrastructures.
    The document outlines essential clauses related to an acquisition by the Department of the Air Force, emphasizing the importance of addressing concerns through established channels, particularly via the ombudsman. An ombudsman is tasked with facilitating resolutions while maintaining confidentiality but does not influence proposal evaluations or formal disputes. Contractors are forbidden from using Class I ozone-depleting substances in their products and services while mandated to maintain health and safety standards on government installations. Contractors must also comply with access protocols to Air Force installations, involving requests for necessary identification and vehicle passes. Overall, the document clarifies procedural responsibilities for contractors, assuring adherence to environmental and safety standards, which is vital for government procurement processes and compliance with federal guidelines. The structure consists of clearly defined clauses intended to safeguard regulatory measures and facilitate smooth operations under government contracts.
    The document outlines solicitation FA302224Q0356, which includes a variety of clauses relevant to government contracting, particularly for defense-related acquisitions. It covers areas such as compensation for former Department of Defense officials, whistleblower rights, safeguarding sensitive information, and requirements for telecommunications equipment. Key clauses emphasize the necessity for contractors to provide unique item identification for items with a unit cost of $5,000 or more, ensuring traceability and compliance with federal standards. Additionally, the solicitation details electronic payment processes through Wide Area Workflow (WAWF), urging contractors to follow specific submission protocols. Comprehensive representations regarding business operations, including certifications related to disadvantaged business status and restrictions on certain operational practices, reinforce compliance with federal regulations. This document serves as a vital resource for potential contractors, ensuring they understand their obligations in federal underserved communities and operational standards in defense procurement.
    The file FA302224Q0356 - Attachment 3 outlines a Request for Proposal (RFP) targeted at soliciting bids for services related to procurement and supply management for federal agencies. Primarily, the RFP emphasizes the need for vendors to provide innovative solutions that enhance operational efficiency while ensuring compliance with federal regulations. Key components include a detailed scope of work that outlines deliverables, timelines, and performance criteria. The document underscores the importance of sustainability and cost-effectiveness in proposed solutions. Supporting details highlight evaluation criteria that prioritize vendors' previous experience, technical capabilities, and financial stability. Furthermore, the RFP includes guidelines for proposal submission, ensuring that responses meet specified formats and deadlines to facilitate a fair assessment process. By outlining these requirements, the document aims to attract qualified suppliers who can contribute to improving government procurement processes. In essence, the RFP exemplifies the government's intent to establish partnerships with the private sector for better service delivery, promoting innovation and accountability in resource management.
    The document is a combined synopsis/solicitation for a federal procurement project identified as Solicitation Number FA3022-24-Q-0356, specifically for the engineering, furnishing, installation, and testing of Single Mode Fiber Optic Cable between ITB 385 and B450 at Columbus Air Force Base, Mississippi. It is designated as a 100% small business set-aside under NAICS code 238210, which pertains to electrical contractors and wiring installation. Key requirements include the provision of all necessary materials, labor, and compliance with telecommunications installation standards. The solicitation outlines the period of performance, FOB point as destination, and specific submission deadlines for offers and inquiries, emphasizing the need for valid SAM.gov registration. Attachments accompany the solicitation, including the Statement of Work, provisions, clauses, wage determination, and site map, providing additional details essential for bidders. The deadline for submissions is September 10, 2024, with questions due by September 6, 2024. Overall, this document facilitates the acquisition of vital telecommunications infrastructure to enhance connectivity at the base while adhering to government procurement standards.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    COB RF/Conduit Install
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the installation of shielded RF cables and conduit at Whiteman Air Force Base, Missouri. The contractor will be responsible for providing all necessary labor, equipment, and materials to install RF cables from the ACS lab patch panel to the roof cabinet in building 38, in support of B-2 operations. This project is critical for enhancing communication systems within military operations, ensuring operational readiness and compliance with RF regulations. Interested small businesses must submit their quotes by September 18, 2024, at 3:00 PM CST, to the designated contacts, with all submissions requiring a validity period of 60 days and adherence to federal acquisition regulations.
    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.
    SUBMIT A QUOTE TO PROVIDE, INSTALL, AND MAINTAIN A OTU-2 (10.709GB) LEASED ACCESS CIRCUIT BETWEEN 2721 SACRAMENTO STREET, WRIGHT PATTERSON AFB, OH 45433-5061 AND 3367 W DICKMAN RD, BATTLE CREEK AIR NATIONAL GUARD BASE, BATTLE CREEK, MI 49037.
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Information Systems Agency (DISA), is soliciting quotes for the provision, installation, and maintenance of an OTU-2 (10.709GB) leased access circuit connecting Wright Patterson AFB in Ohio to the Battle Creek Air National Guard Base in Michigan. This procurement aims to secure telecommunications services essential for operational connectivity, with the selected contractor required to comply with various federal acquisition regulations and provide detailed pricing for both recurring and non-recurring charges. Quotes are due by October 14, 2024, at 4:00 PM CST, and interested parties should direct inquiries to Maxwell Jones at maxwell.s.jones.civ@mail.mil or by phone at (618) 418-6946.
    Fire/Jockey Pump Transfer Switch
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the installation of a fire pump transfer switch and jockey pump controller at Columbus Air Force Base in Mississippi. The project involves providing all necessary management, tools, supplies, equipment, and labor to install an Eaton Soft Start Fire Pump Controller and Jockey Pump Controller, ensuring compatibility with the existing fire alarm system, along with related piping and connections. This procurement is critical for enhancing safety and operational efficiency at the military facility, with a total small business set-aside under FAR 19.5. Interested contractors must submit their offers by 19 September 2024 at 3 PM CST, and can direct inquiries to Bryson Cassidy or Carson Songy via the provided email addresses.
    SUBMIT A QUOTE TO PROVIDE, INSTALL, AND MAINTAIN A UNPROTECTED, TRANSPARENT LEASED OTU-2 DISA IE1 BACKBONE TRUNK BETWEEN BLDG 1000, ROOM 222, FL SL1, 900 SAC BLVD, OFFUT AFB, NE AND BLDG 110, ROOM 201, 1400 32ND AVENUE NORTH, FARGO, ND 58102.
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Information Systems Agency (DISA), is soliciting quotes for the provision, installation, and maintenance of an unprotected, transparent leased OTU-2 DISA IE1 backbone trunk between Offutt Air Force Base, NE, and Fargo, ND. This procurement aims to establish a reliable telecommunications link, which is crucial for supporting military operations and communications. Interested vendors must submit their quotes by October 14, 2024, at 4:00 PM CST, with all proposals directed to DITCO Scott AFB, IL. For further inquiries, potential bidders can contact Maxwell Jones at (618) 418-6946 or via email at maxwell.s.jones.civ@mail.mil.
    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.
    RFQ: Fiber Optic Kits
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the procurement of Fiber Optic Kits, including two ARINC 801 Aviation Fiber Optic Termination Kits and two Optical Loss Test Sets (OLTS). These kits are critical for the construction, troubleshooting, and repair of ARINC 801 Fiber Optic components, ensuring the Army National Guard's technical capabilities are enhanced with quality equipment. Interested vendors must submit their quotes by 3:00 P.M. Central Daylight Time on September 20, 2024, with questions due by September 17, 2024. Proposals must be sent electronically to the designated contacts, Douglas Young and Stephen Miller, at their respective email addresses.
    Commercial High-Speed Internet Service Provider (CISP) Services
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking a qualified contractor to provide Commercial High-Speed Internet Service Provider (CISP) services at Tinker Air Force Base in Oklahoma. The contract requires the delivery of a minimum bandwidth of 2 Gbps, with the potential to increase to 6 Gbps, ensuring 99.9% coverage availability across designated locations on the base. This procurement is critical for maintaining operational efficiency and connectivity at the base, with a contract term of 36 months and an option for an additional year. Proposals are due by September 20, 2024, at 3:00 PM CST, and interested parties should contact Donald Wallar at donald.wallar@us.af.mil for further information.
    B267 Expand Hazardous Waste Facility
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the expansion of the hazardous waste storage facility at Columbus Air Force Base in Mississippi. The project involves site preparation, foundation laying, construction of block walls, installation of a roof, and the addition of safety features such as explosion-proof electrical equipment and fire protection systems. This expansion is crucial for enhancing the facility's capacity to manage hazardous waste safely and in compliance with federal regulations. Interested contractors must submit their proposals by September 12, 2024, and are encouraged to attend a site visit on September 10, 2024, to better understand the project requirements. The estimated contract value ranges between $250,000 and $500,000, and inquiries can be directed to Daniel Stilts at daniel.stilts@us.af.mil or LiConstance Hayes at 14cons.pka.construction@us.af.mil.
    SUBMIT A QUOTE TO PROVIDE, INSTALL, AND MAINTAIN A UNPROTECTED, TRANSPARENT LEASED OTU-2 BETWEEN BLDG 1000, ROOM 222, FL SL1, 900 SAC BLVD, OFFUT AFB, NE AND BLDG 110, ROOM 201, 1400 32ND AVENUE NORTH, FARGO, ND 58102.
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Information Systems Agency (DISA), is soliciting quotes for the provision, installation, and maintenance of an unprotected, transparent leased OTU-2 telecommunications service between Offutt Air Force Base in Nebraska and Fargo, North Dakota. This procurement aims to fulfill the telecommunications needs as outlined in the combined synopsis/solicitation, which includes specific requirements for commercial items and adherence to various federal acquisition regulations. The selected contractor will be responsible for ensuring the service meets the outlined acceptance criteria and will be evaluated based on the submitted quotes, which are due by October 14, 2024, at 4:00 PM CST. Interested parties should direct inquiries to Maxwell Jones at maxwell.s.jones.civ@mail.mil or Dale Rupright at dale.l.rupright.civ@mail.mil for further information.