Install of 24 SM FOC for Bldg 415 Vance AFB
ID: 71-R039-BKType: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA3029 71 FTW CVCENID, OK, 73705-5037, USA

NAICS

Electrical Contractors and Other Wiring Installation Contractors (238210)

PSC

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

    The Department of Defense, specifically the Department of the Air Force, is seeking quotes for the installation of a 24-strand single-mode fiber optic cable to enhance network connectivity between Building 500 and Building 415 at Vance Air Force Base in Oklahoma. The project requires contractors to supply all necessary materials, labor, and equipment while adhering to federal, state, and local regulations, with a focus on safety and compliance with industry standards. This installation is critical for improving communication infrastructure at the base, ensuring efficient operations. Quotes must be submitted by October 28, 2024, at 11 AM CST, and interested parties should direct inquiries to Betty S. Kliewer at betty.kliewer.ctr@us.af.mil.

    Point(s) of Contact
    Betty S. Kliewer
    (580) 213-7582
    (580) 213-6047
    betty.kliewer.ctr@us.af.mil
    vance.localpurchase@us.af.mil
    (580) 213-7582
    (580) 213-6047
    vance.localpurchase@us.af.mil
    Files
    Title
    Posted
    The document is a wage determination issued by the U.S. Department of Labor under the Service Contract Act, specifically Wage Determination No. 2015-5857, Revision No. 14, dated July 22, 2024. It outlines minimum wage rates for various occupations in Oklahoma County, Garfield, applicable to service contracts. For contracts awarded on or after January 30, 2022, the minimum wage must be at least $17.20 an hour, adhering to Executive Order 14026, while contracts awarded between January 1, 2015, and January 29, 2022, require a minimum of $12.90 an hour under Executive Order 13658. The document provides detailed wage rates for numerous job titles, fringe benefits, and specific requirements for health and welfare, vacation, and holiday pay. Additionally, it discusses the conformance process for unlisted classifications and ensures compliance with various employment regulations, including paid sick leave provisions. This information is crucial for contractors responding to government Request for Proposals (RFPs) and grants, ensuring they meet legal wage obligations and worker protections under federal mandates.
    The document outlines the "Annual Commercial Products & Services Representations and Certifications" that must be completed by vendors submitting bids or proposals to ASRC Federal for contracts funded by the U.S. government, effective April 1, 2024. It emphasizes the necessity for offerors to affirm compliance with U.S. policies through precise representations and certifications, with non-compliance leading to rejection of bids. The document requires a legal business name, Unique Entity ID, physical address, and information regarding executive compensation and financial status. Additionally, it includes certifications related to lobbying activities, debarment status, telecommunications equipment, and foreign government control. Open acknowledgments affirm understanding U.S. contracting laws and electronic signature policies. The overarching purpose is to ensure due diligence and compliance among potential suppliers, supporting transparency and accountability within government procurement processes. By requiring detailed disclosures, the form promotes integrity in contracting, aligning with regulations like the Federal Funding Accountability and Transparency Act.
    The document focuses on specific construction details related to duct banks and direct burial activities for network infrastructure around identified locations, including Brown Rd, Thompson Ave, and Phillips Ave. It highlights various manholes (MH-001 to MH-022) that serve as critical junctions for network connections and cable splicing. The drawing (MH-023) outlines the layout for duct runs leading to significant buildings (BLD 500 and BLD 415), ensuring proper design and execution for the installation of network systems. The purpose is to inform contractors and stakeholders involved in federal and local RFPs regarding infrastructure requirements and standard practices necessary for effective network installation and maintenance. This documentation is essential for facilitating seamless project execution and regulatory compliance.
    The document serves as a comment and question form related to government requests for proposals (RFPs) and grants. It facilitates the submission and tracking of questions from interested parties, ensuring transparency and clarity throughout the procurement process. All inquiries will be categorized and reviewed by the requester, with responses posted by a specified deadline. This structured approach allows all stakeholders to access the same information, enhancing understanding and participation in the RFP or grant process. The inclusion of a reference document ensures that questions remain contextualized, aiding in effective communication between the government and potential bidders. Overall, the document underscores a commitment to an open dialogue and efficient information sharing in government contracting and grant-making processes.
    This Statement of Work (SOW) outlines the requirements for the installation of a 24-strand single-mode fiber optic cable to provide network connectivity between Building 500 and Building 415 at Vance Air Force Base (AFB), Oklahoma. The Contractor is responsible for supplying all necessary materials, equipment, and labor while adhering to federal, state, and local regulations, as well as industry standards. Key tasks include the installation of fiber optic cable, testing, and documentation of results, as well as compliance with safety and environmental protocols. The project nestles under various technical codes and standards, including ANSI/TIA/EIA and NFPA guidelines. A period of three weeks is allocated for both preparation and performance, with a provision for a non-performance duration of up to three weeks. The Contractor must ensure the safety of the work environment, protect government property during installation, and submit safety documentation regarding hazardous materials. Coordination with Vance AFB personnel, such as the Communications-Computer Systems Officer, is essential throughout the project. Overall, the SOW emphasizes adherence to stringent safety, security, and operational standards for effective implementation and completion of the installation process.
    The document outlines the General Provisions and FAR Flowdown Provisions for Commercial Items under a U.S. Government Prime Contract established by ASRC Federal Holding Company. It defines the contractual relationship between the BUYER and SELLER, emphasizing that the contract terms govern all transactions. Key provisions include applicable laws, assignment and subcontracting regulations, rights concerning commercial computer software, and the importance of compliance with federal, state, and local laws. The contract stipulates requirements regarding confidentiality, changes in scope, inspections, insurance, and warranties, among others. Most notably, it includes clauses regarding indemnification, quality control systems, and procedures for resolving disputes. The document serves as a framework for managing government grants and contracts, ensuring that the SELLER adheres to strict guidelines and obligations essential for government procurement processes, emphasizing accountability and compliance at every operational level.
    The Vendor Authorization Request by ASRC Federal emphasizes the commitment to providing small and disadvantaged businesses, as certified by the SBA, opportunities to participate in federal contracts. The document requests detailed information from vendors seeking authorization, including legal name, contact information, business type, and federal supplier certifications. It requires a signed IRS Form W-9 for new vendors and outlines payment terms based on business size, specifying Net 45 days for large businesses and Net 30 days for small businesses. Additionally, the document includes an Electronic Funds Transfer Authorization Agreement to facilitate payments. Vendors must authorize ASRC Federal to initiate electronic funds transfers to their designated financial institution, providing banking information as proof of setup. The aim of this request form is to ensure compliance with federal regulations while fostering the inclusion of small and minority-owned businesses in government contracting opportunities. Overall, it serves as a structured approach for ASRC Federal to streamline vendor onboarding and financial transactions in alignment with governmental contracting policies.
    The IRS Form W-9, revised in March 2024, serves as a request for taxpayer identification information from U.S. persons, ensuring compliance with reporting requirements established by the Internal Revenue Service. The form collects information essential for reporting various types of income, including interest and nonemployee compensation, and requires completion with accurate taxpayer identification numbers (TINs), which may include Social Security Numbers (SSNs) or Employer Identification Numbers (EINs). Key sections of the form include instructions on providing personal details, determining the entity's federal tax classification, and certifying non-foreign status to avoid backup withholding. Backup withholding is a method to ensure tax compliance, requiring a 24% deduction on payments made to individuals or entities that fail to supply proper TINs or certifications. The document emphasizes the importance of accurate information disclosure, the obligations under FATCA reporting, and the penalties for non-compliance. Understanding how to properly fill out the form is essential for any entity involved in government contracts or financial transactions, as the information is necessary for reporting to federal and state agencies. Overall, Form W-9 is vital for maintaining tax compliance and enabling accurate reporting within the context of federal and state grants and contracts.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    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 specific locations at Offutt Air Force Base, NE, and Fargo, ND. The procurement requires compliance with 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 critical for ensuring reliable communication infrastructure within the defense sector. 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 Dale Rupright at dale.l.rupright.civ@mail.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, NE, and Fargo, ND. This procurement is aimed at fulfilling essential telecommunications needs, specifically under the Wired Telecommunications Carriers industry, as denoted by the NAICS code 517111. 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 maxwell.s.jones.civ@mail.mil or Dale Rupright at dale.l.rupright.civ@mail.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.
    Library Shelving for Facility 314 at Vance AFB
    Active
    Dept Of Defense
    The Department of Defense, through ASRC Federal Field Services, is seeking proposals for the procurement and installation of library shelving units at Vance Air Force Base (AFB) in Enid, Oklahoma. The project involves delivering and installing various types of Blue Ridge shelving, including mobile and non-mobile units, as well as the removal of excess materials generated during the installation process. This initiative aims to enhance the functionality and organization of the Vance Library, which serves military families by providing educational resources and testing services. Interested offerors must submit their quotes and supporting documents by October 7, 2024, to Carmella Holtz at carmella.holtz.ctr@us.af.mil, with payment terms set at Net 45 for large businesses and Net 30 for small businesses.
    SUBMIT A QUOTE TO 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 quotes for the provision, installation, and maintenance of an OTU-4(111.809GB) 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, which are critical for operational connectivity and support. Interested vendors should note that the solicitation follows a combined synopsis/solicitation format, with proposals evaluated based on the lowest price technically acceptable (LPTA) criteria. Quotes are due by the specified deadline, and inquiries can be directed to Robyn Tebbe or Kevin Knowles via their provided email addresses.
    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.
    Telecommunication Services at Offutt AFB, Nebraska
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for telecommunication services at Offutt Air Force Base (AFB) in Nebraska. The procurement aims to provide essential Local Telecommunication Services (LTS), Long Distance Telecommunication Services (LDTS), and International Telecommunication Services (ITS) to ensure continuous communication capabilities, operational 24/7/365. These services are critical for maintaining robust communication infrastructure in support of military operations. Interested vendors must submit their quotes by October 9, 2024, following a site visit scheduled for October 3, 2024, and should direct inquiries to Daniel Kuchar at daniel.kuchar@us.af.mil or Tyler Imhoff at tyler.imhoff.1@us.af.mil.
    SUBMIT A QUOTE TO PROVIDE, INSTALL, AND MAINTAIN A OTU-4(111.809GB) BETWEEN BLDG: 20449,ROOM: 100A 2051 WYOMING BLVD SOUTHEAST, KIRTLAND AFB, NM 87117-5660 (KTLNDAFB/RD1) AND BLDG: 1052,ROOM: 101 HUNTERS ROAD, INDIAN SPRINGS, CREECH AFB, NV 89018
    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-4(111.809GB) telecommunications system between Kirtland Air Force Base in New Mexico and Creech Air Force Base in Nevada. This procurement aims to secure commercial products and services that are critical for effective telecommunications, specifically in satellite communications and telecom access services. Interested vendors should note that the solicitation follows a lowest price technically acceptable (LPTA) evaluation process, with all quotes due by the specified deadline outlined in the attached solicitation documents. For further inquiries, potential bidders can contact Robyn Tebbe at robyn.a.tebbe.civ@mail.mil or Kevin Knowles at kevin.l.knowles4.civ@mail.mil.
    Dell Extended Warranty/Maintenance and Software Licenses
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking quotes for a one-year extension of maintenance and software licenses for Dell equipment at Vance Air Force Base in Oklahoma. The procurement includes extending warranty and maintenance services for a four-node VxRail cluster, two DP4400 IDPA units, and two Dell 4048 top-of-rack switches, along with necessary software licensing for VMware support. This opportunity is critical for maintaining operational efficiency and compliance with IT and telecom security standards. Interested vendors must submit their quotes via email to Betty S. Kliewer by October 15, 2024, and all questions should be submitted by October 7, 2024, using the provided Q&A form. The contract will be awarded based on a Firm Fixed Price, best value/technically acceptable basis, and all subcontractors must be registered in SAM.gov at the time of award.
    Outdoor Furniture for Vance AFB Club
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting quotes for outdoor furniture for the Crosswind Club located at Vance Air Force Base in Enid, Oklahoma. The procurement includes a variety of items such as aluminum lounge chairs, dining tables, and protective covers, with specific quantities outlined in the solicitation. This furniture is essential for enhancing the outdoor recreational facilities at the club, contributing to the overall morale and welfare of service members and their families. Interested vendors must submit their quotes via email to Betty S. Kliewer by October 18, 2024, at 1 PM CST, and should note that this is a firm fixed-price contract contingent upon government funding approval.