Fiber Optic Cable Service at Naval Hospital Beaufort
ID: HT940625R0008Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEFENSE HEALTH AGENCY (DHA)DEFENSE HEALTH AGENCYFALLS CHURCH, VA, 22042, USA

NAICS

Wired Telecommunications Carriers (517111)

PSC

WIRE AND CABLE, ELECTRICAL (6145)
Timeline
    Description

    The Department of Defense, through the Defense Health Agency, is soliciting proposals for Fiber Optic Cable Services at Naval Hospital Beaufort in South Carolina. The contract aims to establish a firm-fixed-price agreement for the delivery and maintenance of fiber optic infrastructure essential for communication within the healthcare facility. This procurement is critical for ensuring reliable communication services that support the operational needs of the hospital. Proposals are due by March 27, 2025, with the project expected to commence on May 1, 2025. Interested contractors should contact Brittany Belsches at brittany.n.belsches.civ@health.mil or Lenore Y. Paseda at lenore.y.paseda.civ@health.mil for further details.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a Request for Proposal (RFP) issued by the Defense Health Agency for Fiber Optic Cable Services at Naval Hospital Beaufort, aimed to establish a firm-fixed-price contract. The contractor will be responsible for delivering all necessary resources and maintaining existing fiber optic infrastructure for communication. Proposals are due by March 27, 2025, with the project estimated to commence on May 1, 2025, covering a base period and four option years. Offerors must submit their best prices without prior discussions, adhering to specific instructions and evaluation criteria. Proposals must be categorized into four volumes: technical proposal, pricing sheet, past performance, and solicitation documents. The evaluation will consider the technical proposal, past performance, and price, with a focus on awarding the contract to the most advantageous offer for the government. Contractors must comply with security and operational requirements set forth, including 24/7 service coverage and adherence to federal regulations. The document emphasizes the importance of maintaining detailed proposal formats and timely communication with government representatives throughout the bidding process. Overall, this RFP underscores the government's commitment to acquiring reliable fiber optic services to support essential healthcare operations.
    This document outlines a pricing sheet related to a federal solicitation for Fiber Optic Cable Service over a specified contract duration. The pricing structure encompasses a base period of 12 months followed by four additional 12-month options and one shorter, 6-month option, with pricing yet to be determined for the service. The sheet lists categories/line items, indicating that all quantities across the different periods currently total to $0.00, suggesting that bids or pricing details are either pending or have not been finalized. It includes sections for unit pricing and pricing narrative, although these areas remain unfilled or reflect no cost. This document serves as a template for contractors to submit their proposed pricing in response to the federal Request for Proposals (RFP), enabling transparency and allowing assessment of costs associated with the requested services. Overall, it indicates preparation for evaluating service offers while ensuring compliance with governmental pricing expectations.
    The Naval Support Facility Beaufort has issued revised access control procedures, aimed at ensuring security at the facility. This instruction outlines the policies, responsibilities, and processes for granting access to residents, tenants, contractors, and visitors. The document emphasizes the importance of thorough vetting and identity proofing for all individuals seeking unescorted access, especially non-Federal Government cardholders. Access is regulated by a variety of identification credentials, and the Commanding Officer holds authority over access control decisions. The policy includes the stipulation that violations of the access guidelines may lead to punitive action under military law. In addition, the facility mandates a background check for visitors and individuals, utilizing government databases to assess criminal history and current fitness for access. The instruction also delineates the responsibilities of various offices, such as the Pass and Registration Office, Public Affairs Office, and NSF Beaufort Security Department, in managing access requests and maintaining security protocols. Special provisions are made for emergency response access and for Veterans Affairs employees and patients who require entry to the facility. Overall, the document emphasizes a systematic and regulated approach to maintaining the security and safety of NSF Beaufort while facilitating essential access for authorized personnel.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Fiber Optic Hardware
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Dahlgren Division, is seeking proposals for the procurement of fiber optic supply kits and associated tools. The solicitation, identified by number N0017825Q6717, outlines the need for various items including tool kits, cleaning swabs, fiber optic cables, and connectors, all intended to enhance the Navy's operational capabilities. This procurement is crucial for maintaining and upgrading fiber optic systems, which are vital for effective communication and data transfer within military operations. Proposals are due by 12:00 PM on March 11, 2025, and interested parties can contact James Embrey at james.d.embrey3.civ@us.navy.mil or by phone at 540-498-5241 for further information.
    PROVIDE, INSTALL, & MAINTAIN A DEDICATED EPL 800MB LEASE BETWEEN BLDG 7060; TELEPHONE ROOM A; FL 1ST; 527 AIR BASE ROAD, ATLANTIC, NC 28511 & BLDG 9014; RM COMM: FL 1ST; 21 WHALE RD, PINEY ISLAND, BEAUFORT, NC 28516; (LAT) 34.9800; (LONG) -76.4299.
    Buyer not available
    The Department of Defense, through the Defense Information Systems Agency (DISA), is soliciting proposals for the provision, installation, and maintenance of a dedicated 800MB Ethernet Private Line (EPL) service lease between two military buildings located in Atlantic and Beaufort, North Carolina. Contractors are required to meet specific technical specifications, including the installation of fiber optics, and must provide detailed proposals that outline compliance with operational requirements and pricing structures. This procurement is crucial for ensuring reliable telecommunications infrastructure that supports military operations, reflecting the government's commitment to maintaining efficient communication systems. Interested contractors should submit their proposals by March 28, 2025, and can direct inquiries to John Beckman or Dale Rupright via email at john.e.beckman.civ@mail.mil and dale.l.rupright.civ@mail.mil, respectively.
    SUBMIT A QUOTE TO PROVIDE, INSTALL, AND MAINTAIN A NEW 1GB ETHERNET COMMERCIAL LEASE ON THE IQO CONTRACT BETWEEN BLDG HP-01, NAVAL HOSPITAL BREMERTON, BOONE ROAD, BREMERTON, WA 98312-1898 AND BLDG 943, BASEMENT, W STREET, BREMERTON, WA 98314
    Buyer not available
    The Department of Defense, through the Defense Information Systems Agency (DISA), is soliciting proposals for the provision, installation, and maintenance of a new 1GB Ethernet commercial lease between two specific locations in Bremerton, Washington. Contractors are required to meet stringent technical specifications, including demonstrating end-to-end physical diversity in infrastructure and providing detailed drawings of proposed routes, with a service delivery deadline set for May 2, 2025. This procurement underscores the government's commitment to enhancing telecommunications infrastructure within federal facilities, ensuring compliance with federal regulations and security measures. Interested contractors must submit their proposals by March 20, 2025, and can reach out to primary contact Robyn Tebbe at robyn.a.tebbe.civ@mail.mil for further inquiries.
    SUBMIT A QUOTE TO PROVIDE, INSTALL, AND MAINTAIN A NEW 1GB ETHERNET COMMERCIAL LEASE ON THE IQO CONTRACT BETWEEN BLDG HP-01, NAVAL HOSPITAL BREMERTON, 1 BOONE ROAD, BREMERTON, WA 98312-1898 AND BLDG 943, BASEMENT, W STREET, BREMERTON, WA 98314
    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 new 1GB Ethernet commercial lease between the Naval Hospital Bremerton and a basement facility in Bremerton, Washington. Contractors are required to meet specific technical requirements, including ensuring a minimum physical separation of 50 meters from related inquiries and conducting thorough site surveys at their own expense prior to bidding. This procurement is crucial for enhancing telecommunications infrastructure within federal operations, emphasizing compliance with telecommunications regulations and technical precision. Interested contractors must submit their detailed proposals by March 20, 2025, with the service date set for May 2, 2025; for further inquiries, contact Robyn Tebbe at robyn.a.tebbe.civ@mail.mil or Kevin Knowles at kevin.l.knowles4.civ@mail.mil.
    Fiber Optic Measurement System
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center, is seeking proposals for the procurement of 32 Fiber Optic Measurement Systems (FOMS) to enhance the capabilities of the Measurement Science and Engineering Department. These systems are intended to replace outdated equipment and will support the calibration and testing of optical and fiber optic systems for the Naval Air Systems Command (NAV AIR) and the Naval Sea Systems Command (NAVSEA). The FOMS will play a critical role in maintaining high standards for calibration and diagnostic equipment, ensuring operational readiness and interoperability of naval weapons systems. Interested parties can reach out to Taylor O'Neal at taylor.a.oneal7.civ@us.navy.mil or Kandi Hsin at kandi.y.hsin.civ@us.navy.mil for further details regarding this opportunity.
    PROVIDE, INSTALL, AND MAINTAIN A CHANNELIZED OC-12 (622.08MB) BETWEEN (BLDG) NH-95,(ROOM) A141, 7927 INGERSOL STREET, NORFOLK, VA(HMPTNRDS/CCI) AND (BLDG)2904,(ROOM) FRAME, 1195 JABARA AVENUE, SEYMOUR JOHNSON AFB, NC(SYMJHAFB/CCI)
    Buyer not available
    The Department of Defense, through the Defense Information Systems Agency (DISA), is soliciting proposals for the provision, installation, and maintenance of a channelized OC-12 (622.08MB) circuit between two military locations: Building NH-95 in Norfolk, VA, and Building 2904 at Seymour Johnson AFB, NC. The contract requires contractors to ensure service availability of at least 99.5% and to complete installation by August 3, 2025, while adhering to all technical specifications and testing parameters outlined in the Request for Proposal (RFP). This telecommunications infrastructure is critical for supporting military operations and maintaining high standards in defense communications. Interested contractors must submit their proposals via the government’s electronic system by April 5, 2025, and can direct inquiries to Jennifer Voss or Angelina Hutson at the provided email addresses.
    Network Engineers and Specialist IT Services
    Buyer not available
    The Department of Defense, through the Defense Health Agency (DHA), is conducting a Sources Sought notice to identify potential sources for Network Engineers and Specialist IT Services aimed at supporting the Military Health System (MHS). The procurement focuses on providing Network Sustainment Information Technology Support Services, which are crucial for maintaining and operating Local Area Networks (LANs) and Wireless Local Area Networks (WLANs) across various Medical Treatment Facilities (MTFs) both within the continental United States (CONUS) and overseas (OCONUS). This initiative is part of the DHA's efforts to sustain operational capabilities while preparing for future contract opportunities, with a bridge contract anticipated to begin on June 28, 2025. Interested parties are encouraged to submit their responses or inquiries by March 11, 2025, to Dawn Windham at dawn.d.windham.ctr@health.mil or Stephani Preusser at stephani.n.preusser.civ@health.mil, noting that submissions are voluntary and will not be evaluated or returned.
    NAWCAD WOLF - Fiber Optic Cable Assemblies for AN/SPN-46
    Buyer not available
    The Department of Defense, through the Naval Air Warfare Center Aircraft Division, is seeking qualified vendors to provide fiber optic cable assemblies for the AN/SPN-46(V) Precision Approach and Landing System. The procurement involves the delivery of specific part numbers, requiring vendors to supply 20 units each of two different types of fiber optic assemblies, conduct light loss tests, and ensure compliance with export control regulations. This initiative is crucial for maintaining the operational integrity of advanced landing systems used by the Navy. Interested vendors must submit their quotes by March 12, 2025, and are required to be registered in the System for Award Management (SAM). For further inquiries, vendors can contact Maria A. Sproul at maria.a.sproul.civ@us.navy.mil or by phone at 240-808-9150.
    PROVIDE, INSTALL, & MAINTAIN A 1GB ETHERNET BETWEEN (BLDG)SOUTH SOUND COMM MED HOME, (RM)120-COMM, (FL)1; 500 LILLY RD NE, SUITE 120; OLYMPIA, WA, 98506 & (BLDG)6701, (RM)SWITCH; 6071 16TH STREET & 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 proposals 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 in Tacoma, WA. Contractors are required to meet specific technical requirements, including configuring Ethernet frame sizes for jumbo frames, ensuring a round-trip delay of no more than 10 milliseconds, and providing detailed quotes that include Local Exchange Carrier (LEC) information and compliance with testing protocols. This procurement is critical for enhancing telecommunications capabilities within military operations, ensuring reliable and efficient service delivery. Interested contractors must submit their detailed proposals by December 9, 2024, and can direct inquiries to John Beckman or Dale Rupright via email for further clarification.
    Switchboard Operator Services & Call Center
    Buyer not available
    The Department of Defense, through the Defense Health Agency (DHA), is soliciting proposals for Hospital Telephone Switchboard Operator and Call Center Support Services at the Walter Reed National Military Medical Center (WRNMMC) in Bethesda, Maryland. The contractor will be responsible for providing 24/7 telephone operator services, ensuring high-quality communication support, including directory assistance and emergency call handling, with performance metrics such as average wait times and call resolution rates. This procurement is critical for maintaining effective communication within the military healthcare environment, enhancing operational readiness and service delivery for military personnel and their families. Interested vendors must submit their proposals by March 14, 2025, and can direct inquiries to Michelle Priester at michelle.c.priester.civ@health.mil or Miriam Railey at miriam.t.railey.civ@health.mil.