Maxwell AFB 42 CES Dorm Wi-Fi Combined Synopsis and Solicitation
ID: FA330025Q0005Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA3300 42 CONS CCMAXWELL AFB, AL, 36112-6334, USA

NAICS

Wired Telecommunications Carriers (517111)

PSC

IT and Telecom - Network: Satellite Communications and Telecom Access Services (DG11)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Jan 23, 2025, 12:00 AM UTC
  2. 2
    Updated Jan 31, 2025, 12:00 AM UTC
  3. 3
    Due Feb 10, 2025, 6:00 PM UTC
Description

The Department of Defense, through the 42nd Contracting Squadron at Maxwell Air Force Base (AFB), is soliciting quotes for Wi-Fi services to support the 42nd Civil Engineering Squadron. The procurement involves the installation and maintenance of Wi-Fi services across designated buildings at Maxwell AFB and Gunter Annex, with a focus on ensuring robust internet connectivity and security measures over a five-year period starting January 29, 2025. This initiative is critical for enhancing the living conditions of military personnel by providing reliable internet access, which is essential for both operational efficiency and personal use. Interested small businesses must submit their quotes by 12:00 PM CST on February 10, 2025, and can direct inquiries to Jaeden Alvarez at jaeden.alvarez.2@us.af.mil or SrA Trevor Wilson at trevor.wilson.8@us.af.mil.

Files
Title
Posted
Jan 31, 2025, 10:04 PM UTC
The 42nd Contracting Squadron at Maxwell AFB, AL, has issued Amendment 0001 to its request for quote (RFQ) for Wi-Fi services. This amendment modifies key submission deadlines—extending the question response date to January 27, 2025, and the offer due date to January 28, 2025. The RFQ focuses on providing Wi-Fi service over a 12-month period for specific buildings at Maxwell AFB and Gunter Annex, with options for four subsequent years. The procurement is set aside for 100% small businesses and requires proposals to include technical solutions detailing equipment installations and cybersecurity measures. The evaluation will prioritize technical solutions before price, with awards made to the lowest technically acceptable offer. Contractors must comply with solicitation requirements, ensure registration in the DoD Systems for Award Management, and submit proposals solely via email to designated contacts. The document reinforces adherence to strict compliance with FAR regulations concerning proposal submissions and emphasizes the importance of clarity and completeness in all offers.
Jan 31, 2025, 10:04 PM UTC
The 42nd Contracting Squadron at Maxwell AFB is issuing a Request for Quote (RFQ) to procure Wi-Fi services for buildings 696 and 697 at Maxwell AFB and building 1410 at Gunter Annex. The RFQ incorporates technical requirements, including detailed floor plans and responses to submitted questions. This solicitation is exclusively open to small businesses and is governed by federal acquisition regulations. The contract will be a Firm Fixed Price award based on technical solution and pricing, emphasizing a responsive technical proposal that can adequately provide internet coverage and security measures. Contractors must submit their quotes by January 28, 2025, alongside necessary certifications, as late submissions will not be considered. The evaluation will prioritize technical acceptability and price, with submissions rated as acceptable or unacceptable based on compliance with the performance work statement. The overall award will go to the lowest technically acceptable offer, reinforcing the government's goal of acquiring quality services at competitive rates.
Jan 31, 2025, 10:04 PM UTC
The 42nd Contracting Squadron at Maxwell Air Force Base (AFB) has issued Amendment 0003 to extend the deadline for submitting offers for a requirement to procure Wi-Fi services, now due by 10 February 2025. The solicitation is part of a request for quote (RFQ) set aside exclusively for small businesses under the NAICS code 517111. The contractor is expected to establish commercial internet services for designated buildings at Maxwell AFB and Gunter Annex, with a period of performance starting 29 January 2025, and options for four subsequent years. Offers must be submitted via email and include a technical solution comprising coverage descriptions and equipment details, along with a price quote. Evaluation will prioritize the technical solution and price, with a focus on providing adequate Wi-Fi service and implementing security measures such as firewall protections. Contractors must be active in the DoD Systems for Award Management (SAM) registry. The government seeks to award a task order to the responsible contractor that offers the best value while adhering to solicitation requirements. This process aligns with federal standards for competitive procurement and small business support.
Jan 31, 2025, 10:04 PM UTC
The 42nd Contracting Squadron at Maxwell AFB, AL, seeks quotes for Wi-Fi Services for its Civil Engineering Squadron, as detailed in Amendment 0004, which updates the Statement of Work, the performance period, and the Q&A due date. This RFQ is reserved for 100% small businesses, aiming for a Firm Fixed Price (FFP) award. Required services include installing and maintaining Wi-Fi in designated buildings and outdoor areas over specified contract periods from February 2025 to February 2030. Proposals must include a detailed technical solution covering equipment and security measures. Quotes are due by 12:00 PM CST on February 10, 2025, and late submissions will adhere to FAR regulations. The selection will favor the lowest priced, technically acceptable offer based on a two-factor evaluation of technical capability and pricing. Delivered proposals must comply with all terms and conditions outlined, and offerors must be active in the DoD Systems for Award Management database. The documentation also includes attachments relevant to the Statement of Work and site plans.
Jan 31, 2025, 10:04 PM UTC
This Statement of Work (SOW) outlines the requirements for providing Wi-Fi and common area internet services at Maxwell AFB and Gunter Annex in Alabama, specifically for unaccompanied housing buildings. The project includes installing 18 access points to ensure adequate internet connectivity across multiple dormitory floors and surrounding common areas, with specifications for compatibility, bandwidth, and security features to monitor and restrict access to prohibited sites. The contract spans five years, starting from January 2025, with ongoing support and maintenance provisions stipulated. Key responsibilities for the contractor include conducting operational tests, acquiring necessary permits, maintaining a technical support desk, and ensuring safety compliance during installations. Substantial attention is given to security protocols, mandating contractor notification before on-base work and adherence to vehicle inspection policies. Special requirements entail orderly work practices, damage accountability, and certification for employees handling installation tasks. This SOW emphasizes the importance of effective communication and safety regulations as part of the service delivery, aiming to enhance the living conditions for military personnel through reliable internet access and support services.
Jan 31, 2025, 10:04 PM UTC
The document FA330025Q0005 outlines the incorporated clauses and provisions for a government Request for Proposal (RFP) or grant, detailing compliance requirements for contractors engaged with the Department of Defense. It includes regulations about compensation, whistleblower rights, safeguarding information, and representations concerning operations with sensitive regimes, such as the Maduro regime. Key points include the necessity for contractors to register in the System for Award Management (SAM) and comply with cybersecurity standards (NIST SP 800-171). Clauses address electronic payment submissions through Wide Area Workflow, evaluate bids based on technical capabilities, pricing, and past performance, and set criteria for small business status, including gender and veteran ownership. Additionally, factors like compliance with federal regulations concerning employment practices, environmental standards, and restrictions on business practices related to Sudan and Iran are specified. This document is integral for ensuring that contractors meet governmental standards and regulations in their service delivery, reinforcing transparency, accountability, and security in government contracting processes.
Jan 31, 2025, 10:04 PM UTC
The document pertains to the procurement of WiFi receiver/antenna and access point equipment, presumably in response to an RFP or grant related to enhancing communication infrastructure. It outlines the need for reliable and effective wireless connectivity, which is essential for various government operations. As part of the initiative, the focus is on acquiring advanced technology to ensure adequate coverage, performance, and security of the wireless network. The equipment specified is crucial for meeting modern connectivity requirements, supporting governmental functions, and improving accessibility for both personnel and the public. This initiative may align with broader federal or state goals to upgrade technological capabilities within governmental facilities, ensuring they meet current standards of efficiency and effectiveness in technology deployment.
The document outlines access points within Building 697 and surrounding areas. It lists various exterior locations, including pathways to Bldg 18, a basketball courtyard, a front patio, and a gazebo. The primary focus appears to be identifying key access points for an undisclosed purpose, likely related to facility management or security considerations. It emphasizes the management office's access within the specified building while indicating connections to outdoor spaces. The repetitive nature of the access point listings suggests thoroughness in detailing entry points for operational or regulatory purposes, possibly linked to federal or local RFPs or grants aimed at improving accessibility or security. This information is essential for stakeholders involved in managing or utilizing the facility for events or activities.
Jan 31, 2025, 10:04 PM UTC
The 42nd Contracting Squadron at Maxwell AFB seeks quotes for Wi-Fi services to support the 42d Civil Engineering Squadron. This is a request for quote (RFQ) with a priority for 100% small business participation. A firm fixed-price award will be made based on the technical solution provided and the respective price submitted by contractors. The contract involves installation and support of Wi-Fi services at specified buildings within Maxwell AFB and Gunter Annex over four option years, beginning January 29, 2025. Contractors must deliver a detailed plan for establishing internet services, including necessary equipment and firewall implementation against illegal site access. Quotes must be submitted by January 27, 2025, and will be evaluated based on technical merit and price, with emphasis on providing an acceptable solution to meet the specified requirements. Award will go to the lowest technically acceptable quote. Registration in the System for Award Management (SAM) is mandatory for eligibility. All communications regarding this RFQ should be directed exclusively to designated government personnel to ensure compliance.
Jan 31, 2025, 10:04 PM UTC
The document contains a series of questions and answers related to a Request for Proposal (RFP) for upgrading the network infrastructure, specifically focusing on Wi-Fi service and internet connectivity at Maxwell Air Force Base (AFB) and Gunter Annex. Key inquiries include the type of existing network connections, ownership of current equipment, user capacity per building, and the responsibilities of the new vendor regarding internet service. It mentions that the current network utilizes Spectrum coax cable rather than fiber, and provides details about the existing equipment, including models of access points, switches, and firewalls used in these facilities. The government requires clarification on subjects such as physical pathways for cabling, the internet speed requirements, and whether new hardware installation is necessary. They also seek specifics about the layout of each building for optimal access point placement, underlining the importance of a comprehensive network solution shared across multiple locations with particular attention to performance, security, and user capacity. Additional queries explore preferences for integrating existing systems and future management of the network, indicating a need for timely implementation of services. Overall, the RFP aims to establish a robust infrastructure capable of supporting the growing demands of users at these military facilities.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
SUBMIT A QUOTE TO PROVIDE, INSTALL, AND MAINTAIN A DEDICATED 25MB ETHERNET SERVICE BETWEEN BLDG 313; RM 115; VOLK FIELD NETWORK CONTROL CENTER; 313 BADGER AVE; CAMP DOUGLAS, WI, 54618 AND BLDG TOWER SHELTER; RM N/A; 46’07’18.9”N 89’42’46.9”W; BOULDER JUNCT
Buyer not available
The Department of Defense, through the Defense Information Systems Agency (DISA), is soliciting quotes for the provision, installation, and maintenance of a dedicated 25MB Ethernet service between the Volk Field Network Control Center and the Tower Shelter in Wisconsin. The procurement aims to ensure reliable telecommunications services, which are critical for operational efficiency and communication within defense operations. Interested contractors must submit detailed proposals that include pricing and technical compliance by the extended deadline of December 16, 2024, with the service expected to commence by May 23, 2025. For further inquiries, contractors can contact Maxwell Jones at maxwell.s.jones.civ@mail.mil or Dale Rupright at dale.l.rupright.civ@mail.mil.
Peterson SFB Wifi Services
Buyer not available
The Department of Defense, through the 21st Contracting Squadron, is seeking qualified vendors to establish Blanket Purchase Agreements (BPAs) for commercial internet and WiFi services at Peterson Space Force Base in Colorado. The procurement aims to secure reliable and responsive internet services, requiring contractors to demonstrate technical capabilities in installation, maintenance, and troubleshooting, while adhering to specific operational standards and response times for outages. This initiative is critical for maintaining effective communication and operational efficiency at the base. Interested vendors must respond by August 16, 2029, and can direct inquiries to Contracting Officer Jake Hluska via email, with the relevant NAICS code being 517112 for wireless telecommunications carriers.
SUBMIT A QUOTE TO PROVIDE, INSTALL, AND MAINTAIN A CHANNELIZED OC-12 (622.08MB) BETWEEN (BLDG) 109, (RM) 120; 4210 BRADLEY CIRCLE, MOODY AFB, GA 31699-1505 (MOODYAFB/CCI) AND (BLDG) 857; (RM) 123; 401 EAST MOORE DRIVE, GUNTER ANNEX, AL 36114-3001
Buyer not available
The Department of Defense, through the Defense Information Systems Agency (DISA), is soliciting quotes for the provision, installation, and maintenance of a channelized OC-12 fiber optic circuit between Moody Air Force Base in Georgia and Gunter Annex in Alabama. Contractors are required to meet specific technical standards and deliver the service by June 18, 2025, ensuring compliance with stringent performance and integrity testing protocols. This telecommunications service is crucial for maintaining effective communication capabilities within military operations. Interested contractors must submit their quotes via the Integrated Defense Enterprise Acquisition System (IDEAS) by March 19, 2025, and can reach out to Robyn Tebbe or Kevin Knowles for further inquiries.
WPAFB Commercial Internet and Cable Television (CATV) Services
Buyer not available
The Department of Defense, specifically the Air Force, is seeking proposals from small businesses for commercial internet and cable television (CATV) services at Wright-Patterson Air Force Base (WPAFB) in Ohio. The procurement aims to establish an Indefinite-Delivery, Indefinite-Quantity (IDIQ) Fixed-Price contract that includes tiered internet services with minimum speed requirements and CATV services offering multiple programming options, essential for supporting military operations and maintaining quality of life on the base. Interested vendors must submit their proposals by March 3, 2025, with all submissions adhering to specific formatting and evaluation criteria outlined in the solicitation documents. For further inquiries, potential offerors can contact Jennifer Blackford at jennifer.blackford@us.af.mil or Raschelle Swindle at raschelle.swindle@us.af.mil.
PROVIDE, INSTALL AND MAINTAIN AN INTERNET SERVICE WITH A MINIMUM OF 6 MEGABIT UP AND DOWNLOAD SPEEDS AT 9399 JEFF FUQUA BLVD SOUTH, ORLANDO, FL 32827
Buyer not available
The Department of Defense, through the Defense Information Systems Agency (DISA), is soliciting proposals for the provision, installation, and maintenance of internet service at 9399 Jeff Fuqua Blvd South, Orlando, FL 32827. The required service must deliver a minimum bandwidth of 6 Megabits per second for both upload and download, with the possibility of higher speeds if offered at a lower cost, while ensuring that existing services remain unaffected and avoiding satellite links. This procurement is critical for maintaining reliable telecommunications services, with specific service level commitments including a 30-minute response time for outages and a 2-hour restoration goal. Interested contractors must submit their quotations by February 28, 2025, at 4:00 PM, and can reach out to Shawn Arentsen or Amanda Romanitis via email for further inquiries.
Full Phone Service Eglin AFB
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking proposals for full phone services at Eglin Air Force Base in Florida. The procurement aims to secure comprehensive telecommunications services, including voice and data services, managed services, and installation responsibilities, structured over a base year and four option years. This contract is critical for maintaining effective communication capabilities at the base, ensuring service continuity and compliance with federal procurement regulations. Interested vendors must submit their quotes by 12:00 PM CST on March 5, 2025, and can contact Rommel Angeles at rommel.angeles.2@us.af.mil or Paul L. Brinckhaus at paul.brinckhaus@us.af.mil for further information.
Wireless Systems Maintenance Services
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide Wireless Systems Maintenance Services at Edwards Air Force Base (EAFB) in California. The procurement aims to ensure high-quality communication services through priority and routine maintenance of wireless systems, with response times categorized as priority (within 2 hours), routine (within 8 hours), and non-recurring maintenance (within 21 days). These services are critical for maintaining operational effectiveness at EAFB, the Air Force Research Laboratory, and Air Force Plant 42, while adhering to strict environmental, safety, and security regulations. Interested parties should contact Willie Toles at willie.toles@us.af.mil or 661-277-2094 for further information, as this opportunity is set aside for small businesses under the SBA guidelines.
RFQ for Project#557-25-704, EHRM Installation of Next Gen Wifi
Buyer not available
The Department of Veterans Affairs is soliciting proposals for the installation of Next Generation WiFi at the Carl Vinson VA Medical Center in Dublin, Georgia, under project number 557-25-704. The contractor will be responsible for providing all necessary labor, tools, materials, and equipment to install WiFi access points and associated infrastructure, with an estimated contract value between $100,000 and $250,000. This project is crucial for enhancing connectivity and improving electronic health record management systems within the facility, ensuring that patient care is not disrupted during installation. Proposals are due by March 4, 2025, with a pre-bid site visit scheduled for February 18, 2025; interested contractors should contact Kenyon E. Dulaney at Kenyon.Dulaney@va.gov or 470-882-2776 for further details.
PROVIDE, INSTALL, MAINTAIN 1GB ETHERNET BETWEEN BLDG SOUTH SOUND COMM MED HOME, (RM)120-COMM, (FL)1; 500 LILLY RD NE, SUITE 120; OLYMPIA, WA, 98506 & BLDG 6071, (RM)SWITCH; 6071 16TH ST & COLORADO AVE, JOINT BASE LEWIS/MCCHORD WA 98433-9500.
Buyer not available
The Department of Defense, through the Defense Information Systems Agency (DISA), is soliciting quotes for the provision, installation, and maintenance of a 1GB Ethernet connection between the South Sound Community Medical Home in Olympia, WA, and Joint Base Lewis-McChord. Contractors are required to meet specific technical requirements, including configuring the Ethernet for jumbo frames, achieving a maximum transmission unit (MTU) of 9000 bytes, and ensuring a round-trip delay of no more than 10 milliseconds. This procurement is critical for enhancing telecommunications capabilities within the military infrastructure, ensuring reliable and efficient communication services. Interested contractors must submit their quotes by October 21, 2024, and are encouraged to engage in pre-award site surveys to ensure compliance with all technical specifications and requirements. For further inquiries, contractors can contact Tammy Basson at TAMMY.A.BASSON.CIV@MAIL.MIL or Dale Rupright at dale.l.rupright.civ@mail.mil.
Amend HC101324QA256-0001: SUBMIT A QUOTE TO PROVIDE, INSTALL, AND MAINTAIN A 1GB ETHERNET SERVICE BETWEEN SAN DIEGO, CA 92101 AND PALMDALE, CA, 93550
Buyer not available
The Department of Defense, through the Defense Information Systems Agency (DISA), is soliciting quotes for the provision, installation, and maintenance of a 1GB Ethernet service between San Diego, CA, and Palmdale, CA. The procurement aims to secure reliable telecommunications services critical for government operations, with a service life modified to 60 months and a new service start date set for April 18, 2025. Interested contractors must submit their proposals by January 2, 2025, adhering to specific technical requirements and compliance standards, with the evaluation process focusing on the lowest price technically acceptable (LPTA) criteria. For further inquiries, contractors can contact John Beckman or Dale Rupright via email at john.e.beckman.civ@mail.mil and dale.l.rupright.civ@mail.mil, respectively.