SATAF Coaxial Cable Run (F.E. Warren AFB)
ID: FA461325Q1015Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4613 90 CONS PKFE WARREN AFB, WY, 82005-2860, USA

NAICS

Electrical Contractors and Other Wiring Installation Contractors (238210)

PSC

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

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 contractors for the installation of a coaxial cable run at F.E. Warren Air Force Base in Wyoming. This project involves establishing IT infrastructure to support Sentinel SATAF operations, including the installation of a Building Distribution point and extending commercial wireless Internet services, while ensuring compliance with all applicable laws and regulations. The contractor will be responsible for management, labor, tools, and permits necessary for successful project completion, with a performance timeline of 50 business days from contract award. Interested parties should contact Mauranda Racer at mauranda.racer@us.af.mil or Kamary Williams at kamary.williams@us.af.mil for further details and to submit their responses to the Sources Sought notice.

    Point(s) of Contact
    Files
    Title
    Posted
    The Performance Work Statement (PWS) outlines the requirements for IT infrastructure installation to support Sentinel SATAF operations at F. E. Warren Air Force Base, Wyoming, under a federal contract. This project involves installing a Building Distribution point and extending commercial wireless Internet services to the facility, ensuring compliance with all applicable laws and regulations. The contractor is responsible for all management, labor, tools, and permits required for successful completion. Key deliverables include a proposed work schedule, personnel lists, and permits, due within specified timelines. The contractor's performance will be evaluated based on installation adherence to service standards, and inspections will be conducted to ensure compliance. Government-provided utilities, security, safety, and environmental protocols are also detailed, requiring contractors to follow operational security guidelines and report any incidents. The document emphasizes the importance of quality control, personnel management, and adherence to federal environmental laws. The overall completion timeline for the project is set at 50 business days from the contract award. This PWS exemplifies the structured approach of government RFPs in establishing service delivery standards, ensuring quality management, and maintaining security and compliance throughout the project lifecycle.
    The document outlines a proposed communication line installation project, covering approximately 1,200 linear feet. It highlights the existing infrastructure, specifically the presence of electrical and water lines in the area. This information is critical for planning the installation to avoid conflicts with existing utilities. The emphasis on existing lines suggests a need for careful coordination to ensure compliance with safety standards and operational efficiency. The context appears to be part of a government Request for Proposals (RFP) or grant application process, necessitating comprehensive planning and consideration of site conditions. The document serves as a preliminary outline informing potential bidders about the project scope and existing site challenges.
    The document presents requests for proposals (RFPs) related to various federal and state grants aimed at addressing community needs and advancing public projects. It outlines specific project requirements, eligibility criteria for applicants, and guidelines for funding allocation. Key focus areas include infrastructure development, public health initiatives, and environmental sustainability. Each RFP includes details on application deadlines, funding limits, and required documentation for successful proposals, ensuring transparency in the selection process. The document emphasizes the government’s commitment to fostering collaboration with local entities while promoting accountability and effective use of resources. This structured approach aims to optimize the impact of financial support within targeted communities.
    The document serves as a Contractor Response Form for a Sources Sought/Request for Information related to the SATAF Coaxial Cable Run (Notice Number: FA461325Q1015). It outlines essential company information required from potential contractors, including the registered name, CAGE number, Unique Entity ID, socio-economic status, and contact details. The form prompts companies to disclose their revenue dependency on federal contracts in the previous fiscal year—specifically, whether they derived 80% or more of their gross revenue from federal sources—and whether they received $25 million or more from those contracts. This data is necessary to determine compliance with federal regulations. The overall purpose is to assess contractor capability and inform future procurement decisions, fostering transparency and accountability in federal contracting processes.
    Lifecycle
    Title
    Type
    Sources Sought
    Similar Opportunities
    Wifi Installation and Service-Utah Test and Training Range (UTTR)
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors for the installation and service of WiFi at the Utah Test and Training Range (UTTR), focusing on Building 40100. The project aims to upgrade the existing commercial internet service to enhance cellular infrastructure, targeting speeds of 100 Mbps download and 10-20 Mbps upload to support multiple users, which includes conducting a site survey, procuring equipment, installing new hardware, and providing staff training. This initiative is crucial for improving operational capabilities and service quality through updated technology infrastructure. Interested parties must respond to the Request for Information (RFI) by noon MST on February 25, 2025, and provide necessary company details, including proof of capability and registration in the System for Award Management database. For further inquiries, contact Amber Marshall at amber.marshall.4@us.af.mil or Bryce Michelson at bryce.michelson@us.af.mil.
    AFNWC Design and Construction - Sentinel Launch Facilities, F.E. Warren AFB, Malmstrom AFB and Minot AFB
    Buyer not available
    The Department of Defense, through the Air Force Nuclear Weapons Center (AFNWC), is seeking qualified contractors for the design and construction of Sentinel Launch Facilities at F.E. Warren AFB, Malmstrom AFB, and Minot AFB. This procurement aims to gather industry insights and capabilities related to the construction of specialized facilities, particularly those involving nuclear safety structures and compliance with stringent safety standards, including High-Altitude Electromagnetic Pulse (HEMP) requirements. The opportunity emphasizes the importance of innovative solutions and effective project management in the construction of critical defense infrastructure. Interested parties should submit their capability statements, detailing relevant experience and qualifications, to the primary contact, Jeremy Grimley, at jeremy.grimley.1@us.af.mil, or the secondary contact, Peggy Japngie Lizotte, at peggy.japngielizotte.1@us.af.mil, as part of the sources sought notice.
    JNWC HP Cables
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking potential vendors through a Sources Sought Notice for the procurement of high-power coaxial cables and connectors/adapters to support the NEMISys system in high-power jamming environments. The requirement includes 58 coaxial cables and 40 connectors capable of amplifying signals in the 800-2000 MHz range and handling power ratings up to 3300W, with strict specifications for mechanical and electrical performance, including weather resistance and extreme temperature operation. This procurement is crucial for maintaining navigation warfare superiority, particularly during POFAs and FTXs, by ensuring effective jamming capabilities. Interested businesses, especially small or disadvantaged firms, are encouraged to submit their capabilities by February 27, 2025, and can contact Amanda Decker at amanda.decker.4@us.af.mil or Rachel Copeland at rachel.copeland.3@us.af.mil for further information.
    97 IS NIPR Expansion Project (Offutt AFB, NE)
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is seeking small businesses to participate in the 97 IS NIPR Expansion Project at Offutt Air Force Base (AFB) in Nebraska. The project involves the engineering, installation, and testing of network equipment and premise wiring to enhance the Non-classified Internet Protocol Router Network (NIPRNet) by installing new wiring and network switches in Building 301D. This initiative is critical for ensuring adequate network infrastructure to support operational efficiency, as it aims to address a shortfall of approximately 156 NIPR ports across various office spaces. Interested vendors must register in the System for Award Management (SAM) and submit their proposals by March 13, 2025, with questions due by March 3, 2025. For further inquiries, contact Elle Gross at 402-294-9601 or via email at elselarang.gross.2@us.af.mil.
    PKB Kardex Shelving and Hi-Density Spacesaving Systems Maintenance
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for maintenance services related to PKB Kardex Shelving and Hi-Density Spacesaving Systems at F.E. Warren Air Force Base in Wyoming. The contractor will be responsible for routine inspections, emergency repairs, and ensuring the functionality of the systems, with services scheduled to commence on February 5, 2025, and extend through September 30, 2030, including a base year and four option years. This procurement is critical for maintaining operational efficiency and security within military facilities, emphasizing compliance with safety and environmental regulations. Interested contractors should contact Brandon Bartlett at brandon.bartlett.2@us.af.mil or (307) 773-3892 for further details and to ensure their proposals meet the outlined requirements.
    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.
    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 - 36 WG Giant Voice System - Cable Relocation (GUAM)
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting quotes for the relocation of the Giant Voice System cable at Andersen Air Force Base in Guam. The primary objective of this procurement is to reroute the RF antenna connection cables through a conduit, ensuring proper grounding and functionality while adhering to safety regulations. This project is critical for maintaining operational infrastructure and communication capabilities at the base. Interested small businesses must submit their quotes by February 14, 2025, and are encouraged to attend a pre-proposal site visit on February 7, 2025, to familiarize themselves with the project site. For further inquiries, potential bidders can contact Crystal Pryde at crystal.pryde.1@us.af.mil or Lauren Reyes at laurenrenee.reyes.2@us.af.mil.
    250 & 350 KCMIL Cable
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking sources for the procurement of 250 and 350 KCMIL electrical cables for Shaw Air Force Base in South Carolina. The required cables are 15KV rated and must feature insulated copper conductors and concentric wires, designed for both continuous use and emergency scenarios. This procurement is critical for maintaining reliable electrical systems at the base, and interested vendors, particularly Small Disadvantaged Businesses, are invited to submit their capability statements, including key identifiers such as CAGE Code and UEI, by February 26, 2025. For further inquiries, potential suppliers can contact Kishauna Goodman at kishauna.goodman@us.af.mil or Shaunannette Watson at shaunannette.watson@us.af.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.