Fiber Optic Cable B230 to B208, Columbus AFB, MS
ID: FA302224Q0355Type: Combined Synopsis/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- ELECTRIC WIRE AND POWER DISTRIBUTION EQUIPMENT (N061)

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 seeking a contractor to engineer, furnish, install, and test a 12-strand single mode fiber optic cable between Information Transfer Building (ITB) 230 and Building 208 at Columbus Air Force Base (AFB), Mississippi. The contractor will be responsible for all necessary equipment, materials, labor, and compliance with telecommunications installation standards, ensuring adherence to safety, security, and environmental regulations throughout the project. This installation is crucial for enhancing the telecommunication infrastructure at Columbus AFB, thereby improving operational efficiency and communication capabilities for base functions. Interested small businesses must submit their proposals, including a filled-out Combined Synopsis/Solicitation and technical capability statements, via email by 10:00 AM CDT on September 9, 2024, and are encouraged to direct any questions to the primary contact, TSgt Ranie Boukzam, at ranie.boukzam@us.af.mil or by phone at 662-434-7772.

    Point(s) of Contact
    Files
    Title
    Posted
    The Statement of Work (SOW) outlines the requirements for installing a 12-strand single mode fiber optic cable between Information Transfer Building (ITB) 230 and Building 208 at Columbus Air Force Base (AFB), MS. The contractor is responsible for complete engineering, furnishing, installation, and testing (EFI&T) of the fiber optic cable, adhering to strict safety, security, and environmental regulations. The project encompasses various requirements, including site coordination, confined space safety, accident reporting, quality assurance, and detailed installation practices. Key components include gaining proper access to secure areas, processing permits, and ensuring all personnel are qualified and registered. Environmental compliance is paramount, necessitating adherence to local, state, and federal regulations. The contractor is expected to conduct regular meetings to address project progress and challenges while providing weekly status reports and comprehensive testing and acceptance documentation. Moreover, after the completion, the contractor must restore the site to its original condition. The project duration is set at 120 days from contract award, with completion procedures heavily documented and subject to government acceptance. This project is vital to improving telecommunication infrastructure at Columbus AFB, supporting operational efficiency and communication effectiveness for base functions.
    The document outlines clauses pertinent to federal government requests for proposals (RFPs) and grants, focusing on compliance, payment procedures, and representations required from offerors. Key clauses address compensation for former Department of Defense (DoD) officials, whistleblower rights, and prohibitions regarding business operations with regimes in Iran and Venezuela, alongside guidelines for unique item identification and electronic payment submissions via Wide Area Workflow (WAWF). The information emphasizes the necessity for contractors to adhere to strict regulations concerning telecommunications equipment, environmental considerations, and representation certifications concerning their business operations. Offerors must also provide details regarding their ownership structure, tax liabilities, and compliance with federal laws, including the Buy American Act and trade agreements. The document's structure includes a list of incorporated clauses, detailed clauses in full text, and specific requirements for representation and certifications that contractors must complete when bidding for government contracts. This ensures transparency and adherence to federal spending regulations, protecting national interests while promoting fair competition among businesses. Overall, the document serves as a comprehensive guideline for contractors engaged in federal procurements.
    The document is the Wage Determination No. 2015-5157 issued by the U.S. Department of Labor for the Service Contract Act, providing minimum wage rates and conditions for federal service contracts in specific Mississippi counties. The rates vary based on whether contracts were awarded before or after January 30, 2022, with corresponding minimum wages of $12.90 or $17.20 per hour set under Executive Orders 13658 and 14026 respectively. The determination includes a list of specific occupations with associated wage rates and fringe benefits for workers, highlighting the requirement for contractors to provide health and welfare benefits and paid sick leave under Executive Order 13706. Detailed provisions are included for annual adjustments to wages, fringe benefits totaling $5.36 per hour, and guarantees for paid vacation and holidays. A conformance process is also outlined for positions not specifically listed to ensure appropriate wage rates. The document serves as a critical guide for federal contractors in Mississippi, ensuring compliance with labor laws and worker protections while bidding and executing service contracts.
    The document outlines the policies and procedures for handling Controlled Unclassified Information (CUI) related to training world-class pilots within the Department of Defense (DoD). It defines CUI and explains its necessity for access and distribution controls to safeguard specific types of unclassified information. The document categorizes CUI into two levels: Basic and Specified, each with different handling requirements. Access to CUI requires authorization, with dissemination strictly regulated within and outside DoD components. Proper marking of CUI documents is emphasized, including banner lines and CUI designation indicators that ensure clear identification. The protection measures for CUI include controlled environments and procedural safeguards such as encryption and secure destruction methods. The document also highlights the consequences of unauthorized disclosure and the protocol for reporting violations. Overall, this guidance ensures compliance with established laws and policies regarding sensitive information handling, which is critical for federal and state contracting, grants, and RFP processes.
    The memorandum from the 14th Flying Training Wing at Columbus Air Force Base outlines the requirements for safeguarding Controlled Unclassified Information (CUI) for contractors involved with federal contracts. It mandates compliance with federal regulations, such as FAR 4.19 and FAR Clause 52.204-2, emphasizing that all personnel handling CUI, including subcontractors, must complete Department of Defense training. Contractors must acknowledge this training by signing the memorandum before receiving any CUI materials and are responsible for reporting any improper disclosures within 72 hours. Violations may lead to penalties, including retraining, debarment, or contract termination. The document serves to ensure the protection of sensitive information while outlining procedures applicable to all contract personnel, thereby reinforcing the Air Force's commitment to safeguarding national security interests and maintaining regulatory compliance.
    The document outlines federal and state RFPs and grants available for various projects aimed at enhancing community services and infrastructure. Key areas of focus include public health, education, environmental conservation, and economic development. The announcement emphasizes eligibility criteria, application procedures, funding limitations, and project timelines. Interested parties are encouraged to collaborate and leverage existing community resources, showcasing the government's commitment to fostering innovation and partnerships. The document also highlights the importance of measurable outcomes and accountability, ensuring that funded initiatives provide tangible benefits to the community. The structured availability of these funds is designed to stimulate local economies and address pressing societal needs through targeted investments. Overall, the document serves as a vital resource for organizations seeking financial support to implement projects that align with federal and state objectives for community advancement.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    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, NC, is soliciting proposals for the Gray Eagle D/82 Fiber Optics project, which involves the replacement of degraded fiber optic cables at Mackall Army Airfield. The contractor will be responsible for removing existing cables and installing new outdoor-rated multimode fiber, ensuring functionality through rigorous testing and documentation, with all work to be completed within 45 days post-award. This project is critical for restoring communication capabilities essential for Unmanned Aerial Systems (UAS) operations, emphasizing the importance of reliable fiber optic infrastructure in military applications. Interested small businesses must submit their quotes by 1700 Eastern Standard Time on September 20, 2024, and direct any questions to the primary contacts, Francisco J. Noda Merly at francisco.j.nodamerly.mil@army.mil or Christina Bogue at christina.d.bogue.mil@army.mil.
    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.
    WPAFB Commercial Internet and Cable Television (CATV) Services
    Active
    Dept Of Defense
    The Department of Defense, through the Air Force Life Cycle Management Center (AFLCMC), is seeking capabilities from small businesses to provide commercial internet and cable television (CATV) services at Wright-Patterson Air Force Base (WPAFB), Ohio. The procurement aims to establish a Firm-Fixed Price contract for a base year with four one-year options, focusing on delivering reliable broadband and CATV services to support base personnel across various locations and facilities. The Performance Work Statement outlines specific service requirements, including internet speed tiers, maintenance protocols, and CATV programming, while emphasizing the need for high service reliability and adherence to security protocols. Interested firms must submit their capabilities packages by September 19, 2024, at 12:00 PM Eastern Time, to the primary contacts Jennifer Blackford and Shannon Scott via the provided email addresses.
    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.
    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.
    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.
    PROVIDE, INSTALL, AND MAINTAIN AN UNPROTECTED TRANSPARENT OTU-2 (10.709GB) LEASE BETWEEN BLDG 166, ROOM 1, 801 A AVENUE, SPRINGFIELD, OH 45502 AND BLDG 23, ROOM 164, DIAL CENTRAL OFFICE, 3990 EAST BROAD STREET, COLUMBUS, OH 43218
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Information Systems Agency (DISA), is soliciting proposals for the provision, installation, and maintenance of an unprotected transparent OTU-2 (10.709GB) lease between two specified locations in Ohio. The procurement aims to secure telecommunications services essential for operational connectivity, with the requirement categorized under the NAICS code 517111, which pertains to Wired and Wireless Telecommunications Carriers (except Satellite). Interested vendors should note that the solicitation follows a Combined Synopsis/Solicitation format, and proposals will be evaluated using the lowest price technically acceptable (LPTA) source selection process. For further details, including submission deadlines and evaluation criteria, interested parties can contact John Beckman or Dale Rupright via email at john.e.beckman.civ@mail.mil and dale.l.rupright.civ@mail.mil, respectively.
    PROVIDE, INSTALL, AND MAINTAIN AN UNPROTECTED TRANSPARENT OTU-2 (10.709GB) LEASE BETWEEN BLDG 118, ROOM 153, 5319 REGULA AVENUE, SPRINGFIELD, OH 45502 AND BLDG 10271, ROOM 128, 2721 SACRAMENTO STREET, WRIGHT PATTERSON AFB, OH 45433
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Information Systems Agency (DISA), is soliciting proposals for the provision, installation, and maintenance of an unprotected transparent OTU-2 (10.709GB) lease between two specified locations in Springfield, OH, and Wright Patterson AFB, OH. The procurement aims to secure telecommunications services essential for operational connectivity, with the requirement categorized under the Wired Telecommunications Carriers industry (NAICS code 517111). Interested vendors should note that the solicitation follows a Combined Synopsis/Solicitation format, and proposals will be evaluated using the lowest price technically acceptable (LPTA) method. For further details, including submission deadlines and evaluation criteria, interested parties can contact John Beckman or Dale Rupright via email at their respective addresses.
    PROVIDE, INSTALL AND MAINTAIN A 50MB SERVICE AT 650 FLORIDA AVE, TYNDALL AFB (PORT SAINT JOE), FL 32403
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Information Systems Agency (DISA), is soliciting proposals for the provision, installation, and maintenance of a 50MB telecommunications service at Tyndall Air Force Base, located at 650 Florida Ave, Port Saint Joe, FL. The procurement requires contractors to ensure a service availability of 99.5% or higher, with stringent conditions for response and restoration times for outages, while avoiding the use of satellite links and providing 24/7 monitoring capabilities. This opportunity is critical for maintaining robust telecommunications infrastructure, reflecting the government's commitment to high operational standards and compliance with federal regulations. Interested contractors must submit their quotes by September 20, 2024, and can contact Shawn Arentsen or Amanda Romanitis 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.