Delta 8 B300 Conduit Install
ID: FA255024Q0024Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA2550 50 CONS PKPSCHRIEVER SFB, CO, 80912-2116, USA

NAICS

Electrical Contractors and Other Wiring Installation Contractors (238210)

PSC

ELECTRICAL HARDWARE AND SUPPLIES (5975)

Set Aside

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

    The Delta 8 B300 Conduit Install project is a federal contract aimed at enhancing the communication capabilities of Building 300 at the Schriever Space Force Base in Colorado. The primary objectives include installing advanced network infrastructure, ensuring regulatory compliance, and improving the building's electrical and telephone systems.

    Opportunity Overview:

    The project focuses on:

    • Installing rigid conduits, wire basket trays, and wall-mounted cabinets for improved communication.
    • Implementing a protected distribution system (PDS) and fiber optic cables.
    • Adhering to strict regulations and safety standards.
    Scope of Work:

    The successful applicant will be required to:

    • Install approximately 250 feet of wire basket tray and two inches of rigid conduit.
    • Set up a ground system and firestop telecommunications sleeves.
    • Terminate and test multi-mode fiber optic cables.
    • Procure necessary equipment.
    • Ensure trash removal and site cleanliness.
    Eligibility Criteria:

    Eligibility is focused on experienced electrical contractors capable of:

    • Meeting stringent regulations and safety standards.
    • Providing prompt response times and high-quality craftsmanship.
    • Adhering to clauses related to socioeconomic status and avoiding prohibited sources.
    Funding and Contract Details:

    The contract is expected to be firm-fixed-price, with an estimated value of around $250,000 for the specialized construction task. The government intends to award the contract based on the lowest conforming offer.

    Submission Process:

    Interested vendors must submit their applications by the deadline of July 31st, with the following site visit scheduled for July 18th. The government reserves the right to engage in discussions if required. Key dates, including the project timeline, are negotiable.

    Evaluation Criteria:

    The winning application will be selected based on:

    • Price competitiveness.
    • Technical acceptability, prioritizing timely delivery, efficiency, and customer satisfaction.
    • Compliance with building codes and installation quality.
    • The ability to meet specialized size requirements.
    Contact Information:

    For any clarifications or questions, interested parties can contact:

    Primary Contact: Melanie A. Briggs melanie.briggs.2@spaceforce.mil 7195673898

    Secondary Contact: Alejandro Castellanos alejandro.castellanos@spaceforce.mil 7195676185

    Summary:

    This opportunity seeks to enhance the communication infrastructure of a government facility, emphasizing compliance, responsiveness, and quality craftsmanship. Vendors are expected to provide detailed proposals, adhering to the specific dimensions and requirements outlined in the procurement documents. The contract award will be based on a combination of price competitiveness, technical expertise, and adherence to strict guidelines.

    Files
    Title
    Posted
    The procurement objective of this RFP is to obtain a range of commercial products and services for the federal government. These provisions primarily govern the representation and certifications required for various aspects of the procurement process. Offerors will need to conform to numerous clauses related to socioeconomic status, such as small business concerns, women-owned businesses, and veteran-owned small businesses. The government seeks to award a contract based on the most advantageous offer, considering price and other factors, with explicit evaluation criteria outlined. Technical specifications encompass a wide range of commercial items, including hardware, software, and telecommunications equipment. The focus is on ensuring compliance with federal regulations and avoiding prohibited sources, such as those associated with Iran or Sudan. Offerors will need to make various representations and certifications regarding their eligibility, tax status, and compliance with ethical and labor standards. In terms of scope, vendors will be responsible for supplying the agreed commercial products and ensuring compliance with the plethora of federal regulations outlined. This may involve disassembling and reassembling products, with the place of reassembly considered the product's origin. The contract details are not explicitly mentioned but will be determined based on the selected offer and negotiation outcomes. However, the presence of clauses indicates the potential for firm-fixed-price and time-and-materials contracts. Critical dates are not provided within the supplied text but will be included in the full RFP document or made available later in the procurement process. Evaluation criteria stress the importance of price as the primary factor, with technical acceptability also considered. Evaluations will also examine the extent to which options and additions are balanced in pricing.
    The procurement objective relates to enhancing building infrastructure and communication systems. The focus is on renovating and equipping specific areas like electrical and telephone terminal rooms, as well as improving corridor spaces. The requirements involve installing and integrating various systems, including electrical rooms, telephone terminals, and networking infrastructure, with an emphasis on security and classification. The scope of work encompasses tasks such as designing, engineering, and constructing these spaces, ensuring compliance with technical standards. Contract details are not directly provided, but the estimated value appears significant, potentially involving a fixed-price contract. Key dates are not specified, but the project's urgency is implied. Evaluation will likely prioritize technical expertise, capability statements, and past performance in executing such infrastructure upgrades.
    The Delta 8 B300 Conduit Install project seeks electrical contracting services for installing rigid conduit and wire basket trays, setting up a ground system, and mounting cabinets with fiberoptic LIU. The work involves fire-stopping telecommunications sleeves and installing multi-mode fiber optic cables, with a focus on safety and regulatory compliance. Vendors are requested to provide a fixed-price quote for these services, including material and labor, with strict attention to the specified quantities and descriptions. The government intends to award the contract based on the lowest price among conforming offers, prioritizing those that are technically acceptable. The submission deadline is 31 July, with the contract awarded without discussions, though the government retains the option to engage in discussions if necessary. The estimated value of the contract is not mentioned in the files. Key dates include a site visit on July 18 and a response deadline of July 31.
    The procurement seeks a contractor for installing communications conduits and cable trays in a government facility. Priority is given to chemically sealing the PDS. The work involves running 2" rigid conduit in hallways, likely above drop ceilings, and installing wall-mounted cabinets with specific requirements. Wall penetrations need clarification, with standard drywall being confirmed. The contractor is tasked with determining the design of a ground system while connecting to the building's electrical room. Cable trays will carry CAT5 and CAT6 cables to individual rooms, preferably above ceiling tiles. Key dates include a site walk for inspection and a submission deadline of Wednesday, 24 July 2024, with answers to be posted on SAM.gov. Evaluation seems to focus on the quality of installations and compliance with building codes. The agency seeks a solution that ensures free and clear pathways for data and communication systems.
    The procurement objective of this RFP is to install and configure network infrastructure in Building 300 at the Schriever Space Force Base in Colorado. The focus is on enhancing the building's protected distribution system (PDS). The project involves various tasks, primarily the installation of rigid conduit, wire basket tray, and wall-mounted cabinets for future workstations. Additionally, it requires the installation of fiber optic cables and the integration of a ground system. The government seeks a contractor to procure the necessary equipment, manage installations, and handle cleanup. This RFP outlines detailed requirements for the installation, including specific dimensions and regulations. The scope also encompasses design services, with contractors responsible for creating designs that align with customer needs and site conditions. The contract will likely be a firm-fixed-price arrangement. Key dates include submission deadlines for design layouts, with revisions expected within specified timelines. The evaluation of proposals will prioritize factors such as design timeliness, customer satisfaction, and error resolution.
    The dimensions provided seem to refer to the size requirements for an item or space being procured. The government agency seeks a product or solution that fits within the specified dimensions of 15 feet in width and 21 feet and 3 inches in length. This size constraint is a key aspect of the procurement, likely influencing the type and size of the goods or solutions that can be offered. It's a critical piece of information for vendors responding to this procurement opportunity.
    The procurement objective centers around the installation of a 50ft 10in wide primary entrance exterior hard wall, spanning 34ft in length. This structural element is a key component in a larger project, requiring precise measurements and quality craftsmanship. The wall must be expertly crafted and designed to fit the specified dimensions accurately. The government agency seeks a contractor to undertake this specialized construction task, with a focus on durability and aesthetic appeal. The successful bidder will be responsible for supplying all necessary materials and ensuring the wall's structural integrity and stability. While specific quantities or further architectural requirements aren't explicitly mentioned, the contractor must adhere to the exacting dimensions provided. The contract, valued at around $250,000, is expected to be awarded based on the lowest price offered, with additional consideration given to the contractor's past performance and ability to meet the technical requirements. Interested parties must submit proposals by June 10th, with the project timeline estimated at approximately four months.
    The dimensions provided seem to be describing a space or an area that needs to be covered or filled. The first measurement is 18 feet and 5 inches in width, while the second is 21 feet and 3 inches in length. These measurements appear to be the primary specifications as no other details are provided. Therefore, it's unclear what specific goods or services are being procured. It seems like a unique request, possibly for a custom-sized structure or a specific layout requirement.
    The primary objective of this procurement is to install and configure advanced network infrastructure in Building 300 at the Schriever Space Force Base in Colorado. The focus is on enhancing communication capabilities with specific requirements. This includes installing rigid conduit, wire basket trays, and wall-mounted cabinets for future workstations. Additionally, the project entails the installation of fiber optic cables and the implementation of a protected distribution system (PDS). The network infrastructure must adhere to stringent regulations and safety standards. The government seeks a comprehensive solution that encompasses design, delivery, and installation services. The contractor will collaborate with stakeholders and provide on-site coordination throughout the project. The procurement also emphasizes the need for prompt response times in the event of issues or emergencies, with a 24-hour resolution target. The contract is expected to be firm-fixed-price, and the estimated value is not explicitly mentioned in the files. Key dates include submission deadlines for proposals and a desired project completion timeline, both of which are negotiable. Evaluation criteria revolve around key performance objectives, including timely delivery, design efficiency, customer satisfaction, and resolution of any problems.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    LAK-DS-IAAFA Fiber Install to B7358 and B7356
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals from qualified contractors for the installation of fiber optic cable at Edge Buildings 7356 and 7358. The project involves the installation of a 24-strand Single Mode all-dielectric Fiber Optic Cable from Information Transfer Building 7065 to the two Edge Buildings, including associated fiber optic distribution panels, splicing, and terminations, as well as the installation of geo-textile fabrics and wall-mounted cabinets. This procurement is crucial for enhancing the telecommunications infrastructure within the facility, ensuring reliable connectivity and support for operational needs. Interested contractors, particularly those classified as Service-Disabled Veteran-Owned Small Businesses (SDVOSB), should contact Nichole Ray at nichole.ray.1@us.af.mil or Logan Smith at logan.smith.51@us.af.mil for further details, as the requirement will be competed under the SDVOSB set-aside program.
    Construct Redundant Electrical Supply, Buckley SFB, CO
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the construction of a redundant electrical supply at Buckley Space Force Base in Colorado. The project aims to replace aging cable and switchgear, install a new backup commercial power feed, and enhance the facility's resiliency in accordance with Uptime Institute Tier IV Standards. This initiative is critical for eliminating single points of failure that could jeopardize mission reliability. Interested small businesses are encouraged to reach out to Scott Dwyer at Scott.Dwyer@usace.army.mil or call 402-995-2584 for further details, as the project is set aside for total small business participation under SBA guidelines.
    PROVIDE, INSTALL, AND MAINTAIN A OTU-4(111.809GB) BETWEEN BLDG 730, ROOM 132, 84 NORTH ASPEN STREET, BUCKLEY SFB, CO 80011-9518 (BCKLYSFB/RD1) AND BLDG 64, ROOM 6 1321 3RD STREET, INDIAN SPRINGS, CREECH AFB, NV 89018 (CRECHAFB/RD7)
    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 OTU-4 telecommunications system between Buckley Space Force Base in Colorado and Creech Air Force Base in Nevada. This procurement aims to secure commercial telecommunications services, specifically focusing on satellite communications and telecom access services, which are critical for maintaining effective communication capabilities within military operations. Interested vendors should note that the solicitation follows a request for quote (RFQ) format, with evaluations based on the lowest price technically acceptable (LPTA) criteria. Proposals are due by the specified deadline, and interested parties can contact Robyn Tebbe or Kevin Knowles via email for further information.
    Delta 9 Great Lakes Server Racks
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking quotes for the procurement of Great Lakes Server Racks to be delivered to Schriever Space Force Base in Colorado. This requirement aims to enhance Delta 9's IT infrastructure by establishing baseline server rack configurations that reduce power consumption and optimize physical space. The procurement is set aside for small businesses under NAICS code 334118, with an estimated delivery timeline of 60 days post-award. Interested vendors must submit their quotes by September 23, 2024, ensuring compliance with the Trade Agreement Act (TAA) and providing necessary registration details, with evaluations based on price and technical acceptability. For further inquiries, vendors can contact John A. Hughes at john.hughes.31@us.af.mil or Evan Eschenburg at evan.eschenburg.1@spaceforce.mil.
    IT Room Fire and Mechanical Systems
    Active
    Dept Of Defense
    The Department of Defense seeks contractors for fire protection renovations at the Schriever Space Force Station in Colorado Springs. The project involves converting the existing fire suppression system and renewing aged piping systems to meet National Fire Protection Association (NFPA) standards. This invitation for bid (IFB) requires registered interest and will be released on the Acquisition Resource Center (ARC) platform. The anticipated timeline includes a bidders' walk-through on August 8, 2024, with a bid due date of September 17, 2024, and a contract award announcement on September 20, 2024. The scope of work includes the conversion of the fire protection system from pre-action to wet systems, focusing on battery rooms. The project aims to address safety concerns related to the existing system. Contractors should be prepared to meet the NFPA requirements and demonstrate experience in fire protection renovations. Eligible contractors should register on the ARC platform and submit their bids accordingly. The government will not entertain tax-related claims, and contractors should be aware that tax exemption may not be honored by all entities. The primary point of contact for questions is Nicole Brown at brownnic@nro.mil. Further details will be provided on the ARC platform. The evaluation of bids will be based on the criteria outlined in the IFB.
    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.
    Project Labor Agreement Survey - Power Independence Mission Control Station (MCS), Buckley Space Force Base (SFB), Colorado (CO)
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers Omaha District, is soliciting feedback from the construction community regarding the potential use of Project Labor Agreements (PLA) for the upcoming Power Independence Mission Control Station (MCS) project at Buckley Space Force Base in Colorado. This construction project, estimated to cost between $25 million and $100 million, aims to provide essential utility and backup power facilities for the Space-Based InfraRed Systems mission, including the construction of a new power plant and associated infrastructure. The use of PLAs is intended to enhance efficiency and stability in labor relations for large-scale federal construction projects, as mandated by Executive Order 14063. Interested parties are encouraged to submit their comments by 2:00 PM Central Time on September 24, 2024, via email to Brandon Landis at brandon.p.landis@usace.army.mil, with a courtesy copy to Brittany Gull at brittany.c.gull@usace.army.mil.
    Design-Bid-Build, Sentinel Air Education Training Command (AETC) Formal Training Unit
    Active
    Dept Of Defense
    The U.S. Army Corps of Engineers is seeking proposals for a major construction project at the Vandenberg Space Force Base in California. The Design-Bid-Build contract aims to construct a 152,900 square foot Air Education and Training Command (AETC) Formal Training Unit. This integrated facility will support Ground Based Strategic Deterrent (GBSD) training, combining maintenance and operations instruction under one roof. The building will house training bays, labs, headquarters, and academic spaces, with approximately 100 parking spaces. The project has a steel core structure design and a performance period estimated at 1,000 calendar days. The work involved includes: Construction of a permanent facility, adhering to DOD Unified Facilities Criteria. Compliance with DOD anti-terrorism/force protection requirements. Site preparation, including clearing, grubbing, and grading. Utility connections for water, sewer, electrical, and mechanical services. Installation of security, communication, and fire protection systems. Construction of parking areas and walkways. With an estimated value between $100 million and $250 million, the project requires compliance with Buy American and Trade Agreements Act provisions. Offerors must be prepared to work under a Project Labor Agreement (PLA), which will be incorporated into the solicitation. Additionally, large businesses awarded contracts over $1.5 million must submit subcontracting plans. Interested parties should register on the Procurement Integrated Enterprise Environment (PIEE) suite to access the solicitation when it is issued. The primary point of contact for this opportunity is Stanislav Sekacov, Contracting Officer, whose details are available in the listing. All applicants should ensure they can meet the requirements and deadlines outlined in the upcoming solicitation. The government reserves the right to cancel, delay, or modify the project at any stage.
    Hot Aisle Containment with Server Rack
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide and install a Hot Aisle Containment (HAC) system at Schriever Space Force Base in Colorado. The project involves the purchase, delivery, and installation of sixteen seismic compliant IT cabinet racks configured in two HAC setups, along with various components such as temperature sensors, biometric locks, and thermal curtains to enhance cooling efficiency and operational safety. This initiative is critical for optimizing data center performance and energy efficiency, aligning with industry standards for data center infrastructure. Interested small businesses must submit their firm fixed price quotes by September 20, 2024, and can direct inquiries to Pamela S. Gusta at pamela.gusta.1@spaceforce.mil or TSgt Trenton Beavers at trenton.beavers@spaceforce.mil.
    21 CES - MSS1 & MSS2 Tie Switches
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting quotes for the procurement of S&C Electric brand and generic electrical equipment, specifically for the installation of tie switches between Main Switch Station (MSS) 1 and MSS 2 at Peterson Space Force Base in Colorado. This Combined Synopsis/Solicitation is open to full and open competition under NAICS code 335313, focusing on Switchgear and Switchboard Apparatus, and requires compliance with specific submission guidelines and technical documentation. The project emphasizes the importance of using eco-friendly materials and adhering to safety protocols, with a contract expected to be awarded based on price and technical acceptability criteria. Interested vendors should submit their quotes electronically and ensure they are registered in the System for Award Management (SAM) by the specified deadlines. For further inquiries, contact SSgt Frederick Chartrand at frederick.chartrand@spaceforce.mil or Amanda Davidson at amanda.davidson.5@spaceforce.mil.