SST Fiber Cable Material and Installation
ID: FA254324Q0054Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA2543 460 CONSBUCKLEY AFB, CO, 80011-9572, USA

NAICS

Power and Communication Line and Related Structures Construction (237130)

PSC

FIBER OPTIC CABLES (6015)

Set Aside

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

    The Department of Defense, specifically the U.S. Air Force 460th Contracting Squadron, is soliciting quotes for the installation of fiber optic cables and associated materials under the contract FA254324Q0054. The primary objective is to establish direct connectivity between five Standard Space Trainer (SST) workstations in Building 442 and the central SST server located in Building 447 at Buckley Space Force Base, Colorado, while also accommodating additional operational support systems. This project is critical for enhancing communication infrastructure within military facilities, ensuring compliance with Department of Defense security standards. Interested vendors must submit their quotes by September 16, 2024, with a total award amount estimated at approximately $45 million. For further inquiries, vendors can contact Anthony Graffeo at anthony.graffeo.1@us.af.mil or TSgt Michael Roybal at michael.roybal.1@spaceforce.mil.

    Files
    Title
    Posted
    The document signifies the construction phase of a project with specific attention to the revision of as-built conditions, indicating that the original designs have undergone updates to reflect actual construction realities. The notable date mentioned is February 10, 2020, which states that the design package was revised to show as-built conditions, followed by an issuance for construction date of September 13, 2022. This documentation implies that the project moves towards implementation by finalizing the comprehensive plans essential for construction teams. The emphasis on "as-built" conditions points to the importance of accurately documenting the execution of designs in response to federal and potentially state and local guidelines in managing public projects. The details provided serve a critical role in ensuring that all stakeholders are informed about the latest changes to project specifications, which is necessary for compliance and effective resource allocation throughout the project lifecycle. Overall, this document conveys significant steps toward ensuring transparency and adherence to regulatory frameworks essential in governmental projects.
    The document provides information related to construction updates for a project, specifically labeled as "DESIGN PACKAGE 'B'." It indicates that the current status has been revised to reflect the as-built conditions as of February 10, 2020, with an official issuance for construction dated September 13, 2022. This suggests that after revisions, the project progressed to the construction phase, confirming that all necessary adjustments to the design have been made in accordance with project requirements. The documentation serves as a formal record essential for compliance with federal and state guidelines related to construction projects. It underlines the importance of maintaining accurate documentation throughout the construction process to ensure safety, adherence to regulations, and proper execution of the built environment.
    The document outlines the requirements for the installation of fiber optic cables in specific buildings at a government facility. It specifies the need for single-mode fiber cables, including one 16-strand cable from Room S122 to Room S123 in Bldg. 447, and a 36-strand cable from Room S123 to Room 510 in Bldg. 442. A 2-strand cable is also required from Room 510 to Rack 5164 in Room 300 of Bldg. 442. Notably, the fiber must pass through Room 030 in Bldg. 447 without terminating there and must utilize the Protected Distribution System (PDS) for the routing between the two buildings. This request is part of a larger initiative to enhance the facility's communication infrastructure, ensuring compliant and secure fiber installations.
    The Overhead Persistent Infrared (OPIR) Site Integration Standard (OSIS) establishes a comprehensive framework for modifying and integrating systems within the OPIR Program of Record (POR), managed by the Space Systems Command. It outlines processes for project initiation, scheduling, integration meetings, and required documentation, ensuring any modifications enhance operational capabilities while minimizing risks. The document delineates roles and responsibilities for various stakeholders and includes procedures for physical and logical modifications, security measures, and facility safety standards. Specific project activities such as the Project Installation and Checkout (PICO), System Integration Board (SIB) reviews, and closeout requirements are emphasized. Furthermore, the standard addresses logistical procedures for equipment handling, compliance with safety regulations, and the need for thorough record-keeping. The OSIS ensures a unified approach to system modifications, prioritizing operational integrity, security, and compliance with established guidelines, which are critical in the governance of military operations and infrastructure enhancement projects.
    This document outlines the specifications and lengths for various fiber optic cable installations within buildings 442 and 447. The total distance covered by the cables includes 75 feet of 16-strand single-mode fiber cable between rooms S122 and S123, 2200 feet of 36-strand single-mode fiber cabling for internal connections across multiple rooms, and 450 feet of 2-strand single-mode fiber from Room 510 to Room 300. The project’s total cable length amounts to 2725 feet. The document emphasizes safety estimates for cable usage and details various routes, including connections to external walls and data chase entries, ensuring efficient communication lines within the facilities. It serves as a foundational component of a potential Request for Proposal (RFP) or federal grant, detailing technical requirements for fiber optic infrastructure upgrades within government buildings.
    The document outlines the fiber optic cable installation plans for Space Delta 4, detailing the specifications and routing for communications infrastructure between buildings 447 and 442. Key components include running 36-strand and 16-strand single-mode fiber cables from Room S123 in Bldg. 447 to designated termination points in Rooms 510 and 300 of Bldg. 442, as well as connections within Bldg. 447 itself. The fiber lines utilize Protected Distribution System (PDS) conduits to ensure secure and efficient transmission. The structured design provides connectivity between critical systems, accommodating necessary patch panels and cable trays. Overall, the document serves as a technical guide for implementing a robust telecommunications framework, aligning with the government's objectives for optimizing defense communication networks.
    The document addresses inquiries related to the Sesami SST Fiber Pull project, focusing on the installation of fiber optics between two buildings, Bldg. 442 and Bldg. 447. Key aspects discussed include clarifications on cable run lengths, installation environments, and specific requirements for conduit use. It highlights that the fiber must be plenum-rated and specifies that installations in Bldg. 447 require innerduct while Bldg. 442 allows for direct placement in a cable tray. Responses indicate that detailed plans, including room layouts and cable path estimates, are attached to guide the project. Additionally, it clarifies that if the primary underground conduit path is unusable, the contractor should utilize a secondary path as outlined in the Statement of Work (SOW). The overall emphasis is on providing accurate information to ensure compliance with project specifications and OSIS requirements, facilitating a successful installation process.
    The document outlines a solicitation for the Women-Owned Small Business (WOSB) program, specifically for a contract numbered FA254324Q0054 involving SST Fiber Cable Material and Installation. It includes requisition details, solicitation information, and requirements for the delivery of commercial products and services. The contract is set to commence on September 6, 2024, with bids due by September 16, 2024. The total award amount is approximately $45 million, focusing on the installation of fiber optic cables under specified requirements. Key components of the document detail contractor obligations, including signing the document and adhering to terms regarding inspection, acceptance, and payment processes. The document emphasizes compliance with various Federal Acquisition Regulation (FAR) and Department of Defense Acquisition Regulation Supplement (DFARS) clauses, which the contractor must incorporate into subcontracts. Additionally, it specifies unique item identification for certain items and includes provisions to promote small business participation, including women, disadvantaged, and veteran-owned businesses. This solicitation reflects efforts to increase procurement from smaller, diverse businesses while adhering to federal guidelines.
    The SESAMI SST Fiber Pull project outlines the installation of additional fiber cabling to enhance connectivity between the 11th Space Warning Squadron's facilities at Buckley Space Force Base. The primary goal is to establish a direct link from five Standard Space Trainer (SST) workstations in Building 442 to the central SST server in Building 447. The scope includes pulling and terminating various strands of Single Mode Fiber Optic cable across specified buildings, ensuring these connections meet end-user requirements, and complying with Department of Defense security standards for classified information transmission. The document details the routing paths, termination connectors, and the procurement and installation of necessary materials. Security protocols mandate the onboarding of government escorts and proper identification for site access. The period of performance for this contract is set at 90 days from the award date, emphasizing thorough testing and compliance with established integration standards prior to project completion. This initiative is crucial for enhancing operational capabilities and supporting planned upgrades in ancillary systems within the facilities.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Dish SATV BPA
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking a contractor to provide and maintain commercial and Government satellite television (SATV) services at Buckley Space Force Base in Colorado. The contractor will be responsible for installing equipment and delivering satellite programming across multiple locations on the base, with the flexibility to expand services as needed through a Blanket Purchase Agreement (BPA). This procurement is particularly significant as it emphasizes participation from Women-Owned Small Businesses (WOSB), aligning with government initiatives to enhance diversity in federal contracting. The total funding amount for this opportunity is $47 million, with services expected to commence on October 1, 2024, and continue through September 30, 2025, with options extending to 2029. Interested parties should direct inquiries to Koby Trotter at koby.trotter@spaceforce.mil or Matt Kennedy at matthew.kennedy.24@spaceforce.mil, with questions due by September 10 at 2:00 PM MST.
    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.
    CCTV for bldg. 1471 and bldg. 1840 Peterson SFB
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the installation of a new Closed Circuit Television (CCTV) system at buildings 1471 and 1840 on Peterson Space Force Base in Colorado. The project involves removing outdated CCTV equipment and installing a modern system that enhances security capabilities while ensuring compliance with federal and state regulations, including environmental requirements. This initiative is crucial for improving security coverage to support mission objectives and safeguarding government property. Interested small businesses must submit their quotations by September 20, 2024, including a cover letter, technical approach, and pricing information, with the contract expected to be awarded based on the lowest price technically acceptable criteria. For further inquiries, contact Aaron Smith at aaron.smith.103@spaceforce.mil or Ralph E. Mayer at ralph.mayer@spaceforce.mil.
    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.
    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.
    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.
    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.
    SUBMIT A QUOTE TO PROVIDE, INSTALL, AND MAINTAIN A UNPROTECTED, TRANSPARENT LEASED OTU-2 BETWEEN150 CANBERRA STREET, BATTLE CREEK AIR NATIONAL GUARD BASE, BATTLE CREEK, MI 49037 AND 5534 PRYOR DRIVE, SCOTT AFB, IL.
    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 Battle Creek Air National Guard Base in Michigan and Scott Air Force Base in Illinois. The procurement requires compliance with specific commercial item terms and conditions, including the submission of detailed pricing for both recurring and non-recurring charges, as outlined in the solicitation. This telecommunications service is crucial for maintaining effective communication capabilities within the military infrastructure. Quotes are due by October 14, 2024, at 4:00 PM CST, and interested vendors should direct inquiries to Maxwell Jones at maxwell.s.jones.civ@mail.mil or by phone at (618) 418-6946.
    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.
    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.