Inside and Outside Plant Communications Distribution Wiring Services BPA at Homestead Air Reserve Base (HARB), FL
ID: FA664825Q0008Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA6648 482 LSS LGCHOMESTEAD AFB, FL, 33039-1299, USA

NAICS

Electrical Contractors and Other Wiring Installation Contractors (238210)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- ELECTRIC WIRE AND POWER DISTRIBUTION EQUIPMENT (J061)

Set Aside

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

    The Department of Defense, through the Department of the Air Force, is seeking qualified contractors to provide Inside and Outside Plant Communications Distribution Wiring Services at Homestead Air Reserve Base (HARB) in Florida. The procurement aims to establish up to three Blanket Purchase Agreements (BPAs) for the installation and maintenance of telecommunications infrastructure, including CAT6A cabling and various communication systems, with a total contract ceiling of $250,000 over a five-year period. This initiative is critical for enhancing the base's communication capabilities and ensuring compliance with federal standards, particularly for military operations. Interested small businesses must submit their quotes by June 26, 2025, at 3:00 PM EST, and can direct inquiries to Viviane Filias at viviane.filias@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the solicitation for a contract specifically aimed at delivering commercial products and services, particularly focusing on communications distribution wiring services. This contract, with a value of approximately $19 million, is designated for a Woman-Owned Small Business (WOSB) and pertains to wiring maintenance, repairs, and installation of communication and electronic systems. The performance period will span from June 27, 2025, to June 26, 2030. Key components include details on the submission process for bids, requirements for electronic invoicing, and compliance with regulatory clauses. The document emphasizes the importance of adherence to the Federal Acquisition Regulation (FAR) clauses regarding various labor and operational standards, including provisions to promote small businesses and preventing the use of certain telecommunications equipment. The information regarding contract administration, payment processes, and unique item identification is also included to ensure compliance and facilitate effective contract execution. Overall, this solicitation represents a structured approach towards enhancing contracting opportunities while supporting women-owned enterprises in the defense and federal contracting sector.
    The document outlines a solicitation for a contract aimed at securing Women-Owned Small Business (WOSB) participation in providing Inside and Outside Plant Communications Distribution Wiring Services. The contract, identified by requisition number FA664825Q0008, will support maintenance, repair, and installation of communication and electronic equipment, and related wiring materials. With a total award amount set at USD 19 million, the period of performance will span from June 26, 2025, to June 25, 2030. There are various clauses incorporated by reference, ensuring compliance with Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) guidelines, particularly emphasizing contractor responsibilities regarding unique identifiers for items delivered. The document specifies essential administrative details, including contact information for contracting officers and the process for invoicing via the Wide Area Workflow (WAWF) system. The overall aim is to enhance opportunities for small businesses while ensuring the government acquires necessary communications services in adherence to regulatory standards, promoting diversity in federal contracting.
    The Department of the Air Force, through the Air Force Reserve Command, seeks a contractor for inside and outside plant communications distribution wiring at Homestead Air Reserve Base, Florida. The Statement of Work outlines comprehensive specifications for the installation of telecommunications infrastructure, including CAT6A cabling, coaxial wiring, and various systems like Paging, Surveillance, and Access Control Systems. Contractors must adhere to federal, state, and local codes, including environmental regulations and OSHA standards. Key contractor requirements include certification to provide a 15-year warranty on cabling systems, full licensing in Florida, and the need for a track record with similar projects. Responsibilities include the thorough installation and testing of systems, compliance with safety codes, coordinating with onsite personnel, and adherence to rigorous design guidelines. The documentation specifies a detailed list of materials, equipment, testing protocols, and quality assurance measures to ensure reliable communications infrastructure. Emphasizing compliance and quality, contractors must ensure effective workflows that do not disrupt base operations. The project highlights the strategic investment in ensuring robust communications capabilities within military operations, underscoring the importance of careful planning and technical execution.
    The document outlines the standards and requirements for intra-building telecommunications wiring, referred to as the "First 400 feet," essential for supporting Command, Control, Communications, Computer, and Intelligence (C4I) systems. It emphasizes the transition to high-performance infrastructure by upgrading to Category 6 cabling and replacing shared Ethernet hubs with switched Ethernet to enhance network predictability, availability, and security. Key components discussed include required cabling infrastructure, networking equipment, and installation practices, all adhering to ANSI/TIA/EIA standards. It mandates the usage of plenum-rated cables where necessary and emphasizes the critical role of proper telecommunications rooms and equipment rooms within the infrastructure. Moreover, it highlights the importance of having adequate maintenance space, grounding, electrical specifications, fire protections, and UPS provisions within these rooms. The document serves as technical guidance for Air Force personnel and contractors in planning telecommunications systems while advocating for standards compliance to ensure robust and adaptable communication frameworks within military installations. This guidance is particularly relevant to government RFPs and grants related to military construction projects, emphasizing systematic upgrades and compliance with federal telecommunications standards.
    The document outlines pricing structures for various telecommunications and networking services within federal and local government contracts. It details labor rates for technicians, including an emergency call rate, and specifies pricing for different types of copper and fiber optic cables, along with installation charges. The document categorizes cabling options by type (Cat 5E, Cat 6, Cat 6A, and fiber optic of various strands), measurements (such as runs of up to 149 feet or 295 feet), and termination processes, ensuring that prices incorporate additional services like testing, labeling, and reporting. Also covered are rates for installation of fiber optic cables, RG6, and RG59 cables, with terms for outside plant installations. The comprehensive nature of these details supports government procurement processes, ensuring clarity and specificity in proposals for telecommunications work. This file serves as a critical resource in responding to RFPs related to telecommunications infrastructure, reinforcing compliance and pricing accuracy in government contracts.
    The document outlines Wage Determination No. 2015-4543 by the U.S. Department of Labor under the Service Contract Act. It specifies wage and fringe benefit requirements for service contracts in Dade County, Florida, highlighting the applicable minimum wage rates based on two Executive Orders: 14026 and 13658. For contracts awarded post-January 30, 2022, a minimum wage of $17.75 per hour applies, while contracts awarded between January 1, 2015, and January 29, 2022, have a minimum of $13.30 per hour. The file lists various occupations with respective wage rates and fringe benefits, including health and welfare payments, vacation, and holiday entitlements. Additionally, it details requirements for paid sick leave under Executive Order 13706 and various labor classifications, including stipulations for unlisted job titles via a conformance process. This document serves as a critical reference for contractors under government RFPs, ensuring compliance with wage standards and worker protections as part of federal employment practices. It underscores the government’s commitment to fair compensation and benefits for workers in the federal contracting sector.
    The document serves as an acknowledgment of an amendment related to a Blanket Purchase Agreement (BPA) for Inside and Outside Plant Communications Distribution Wiring Services at Homestead Air Reserve Base (HARB) in Florida. It includes fields for the contractor's name, representative's name, amendment number, signature, and date. This acknowledgment is a standard procedural document in response to modifications in a federal solicitation, ensuring that all parties are aware of the changes made to the original request for proposals (RFP). Such amendments may include alterations to terms, conditions, or scope of work, necessitating formal recognition by the contractor to maintain compliance with federal procurement regulations. The structure emphasizes clarity and official validation of amendments, crucial in ensuring transparent communication during the contracting process.
    Similar Opportunities
    Fiber Optics
    Dept Of Defense
    The Department of Defense, through the Naval Air Warfare Center Aircraft Division (NAWCAD), is seeking qualified small businesses to participate in a Blanket Purchase Agreement (BPA) for fiber optic cable manufacturing. This procurement aims to streamline the acquisition of essential supplies and services to support various naval operations, including Aircraft Launch and Recovery Equipment and Common Support Equipment. The BPA will facilitate ongoing procurement needs, with individual call orders not exceeding $250,000 and a master dollar limit of $4,999,999 over five years. Interested vendors must submit their capabilities statements and relevant documentation by March 11, 2026, to Karin Quagliato at karin.a.quagliato.civ@us.navy.mil, including their Cage Code and Unique Entity Identifier (UEID) for verification.
    Fy26 Local and Long-Distance Telecommunication Services Renewal
    Dept Of Defense
    The Department of Defense, specifically the U.S. Air Force's 92d Contracting Squadron, is seeking proposals for the renewal of Local and Long-Distance Telecommunication Services at Fairchild Air Force Base in Washington. The procurement aims to provide essential telecommunications services that meet specific operational requirements outlined in the attached Statement of Work, including service quality, outage management, and compliance with government standards. This contract is critical for maintaining effective communication capabilities, particularly during emergencies, and is set aside exclusively for small businesses under NAICS code 517111. Proposals are due by December 18, 2025, at 10:00 AM PST, with past performance questionnaires required by December 16, 2025, at 1:00 PM PST. Interested parties can contact Michael Salone at michael.salone@us.af.mil or 509-247-8082 for further information.
    Local and Long-Distance Telecommunication Services
    Dept Of Defense
    The Department of Defense, specifically the U.S. Air Force's 92d Contracting Squadron, is seeking qualified businesses to provide Local and Long-Distance Telecommunication Services at Fairchild Air Force Base in Washington. The objective is to deliver essential telecommunication services, including 24/7/365 support, while transitioning from analog to VoIP systems, as outlined in the draft Statement of Work (SOW). These services are critical for maintaining effective communication infrastructure and must comply with existing government standards, including E911 compatibility and specific service requirements. Interested parties are encouraged to submit their qualifications and relevant information by October 3, 2025, at 10:00 AM Pacific Time, to the designated contacts, Michael Salone and Patrick Rangel, via the provided email addresses.
    Peterson SFB Wifi Services
    Dept Of Defense
    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.
    Justification for Other than Full and Open Competition_Homestead BOS
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking to procure Base Operations Support Services at Homestead Air Reserve Base in Florida. This opportunity is categorized under the justification for other than full and open competition, indicating a specialized need for logistics support management services. These services are crucial for maintaining operational readiness and efficiency at the base, ensuring that all logistical aspects are effectively managed. Interested parties can reach out to Mr. Craig Keelen at craig.keelen@us.af.mil or by phone at 478-327-0815, or contact Ashley Johns at ashley.johns.3@us.af.mil or 786-415-7471 for further details regarding this procurement.
    Base Telecommunication Systems (BTS) at Altus AFB, OK
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the acquisition of Base Telecommunication Systems (BTS) services at Altus Air Force Base, Oklahoma. The contract, designated as a Request for Proposal (RFP), requires comprehensive operations and maintenance (O&M) services to ensure the BTS is operational 24/7, including wired telecommunications and networked voice, video, and data services. This procurement is critical for supporting the mission of the 97th Communications Squadron, emphasizing the need for reliable telecommunications infrastructure. Interested contractors must be registered in the System for Award Management (SAM) and submit their proposals electronically by the deadline of December 10, 2025, with a maximum contract value of $30 million over a five-year period. For further inquiries, contact Jennifer Blaser-Kay at jennifer.blaserkay.2@us.af.mil or Kelsey Brightbill at kelsey.brightbill@us.af.mil.
    Combined Synopsis/Solicitation for Non-Personal Commercial Lodging within a 30 miles radius from Homestead ARB, FL
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking small businesses to provide non-personal commercial lodging accommodations within a 30-mile radius of Homestead Air Reserve Base (ARB), Florida. This procurement involves establishing multiple Blanket Purchase Agreements (BPAs) for single and double occupancy hotel rooms during training periods, with a focus on maintaining high-quality living conditions and compliance with specified standards. The awarded BPAs will have a performance period of up to five years, with a minimum order value of $1.00, and must adhere to General Services Administration (GSA) Per Diem rates. Interested contractors must submit a capability statement to Contract Specialist Tahj Guilford at Tahj.Guilford.2@us.af.mil by January 7, 2029, at 4:00 PM EST, to be considered for this opportunity.
    Telecom Data Cabling & Wiring Services
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Secret Service, is seeking qualified contractors to provide telecommunications data cabling and wiring services. The procurement aims to install, terminate, test, and document various cabling systems, including telephone, data network, fiber optic, CATV, and CCTV, primarily within the Washington, D.C. area, including high-security locations such as the White House Complex. This contract will be awarded as a firm fixed price with a base year and two option years, and it requires contractors to comply with strict security protocols, including background checks and adherence to industry standards. Interested parties should submit their capability statements and responses to the RFI questions via the GSA RFI Link, and can contact Willie Bethune or Erik Syfert for further information.
    Electrical Contractors and Other Wiring Installation
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Warfare Center Aircraft Division (NAWCAD), is seeking qualified electrical contractors and other wiring installation services through a combined synopsis/solicitation for Blanket Purchase Agreements (BPAs). The procurement aims to support various programs related to Aircraft Launch and Recovery Equipment (ALRE), Common Support Equipment (CSE), and Peculiar Support Equipment (PSE) for naval operations, emphasizing a total small business set-aside to encourage participation from small enterprises. Interested vendors are invited to submit their capabilities statements, including their Cage Code and Unique Entity Identifier (UEID), by March 11, 2026, to Karin Quagliato at karin.a.quagliato.civ@us.navy.mil, with the understanding that individual BPA calls will be issued on a firm fixed-price basis and payments will be processed via Government Credit cards or Wide Area Workflow (WAWF).
    Bldg. 4 to Bldg. 77L Exterior Telecommunications Cable Repair
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Philadelphia Division (NSWCPD), is soliciting proposals for a Firm Fixed Price (FFP) Construction Contract to repair exterior telecommunications cables between Building 4 and Building 77L at the Philadelphia Navy Yard. This project is a 100% Small Business Set-aside, aimed at ensuring that small businesses can compete for government contracts, and it emphasizes the importance of maintaining reliable telecommunications infrastructure for government operations. A site visit is scheduled for December 2, 2025, at 10:00 AM EST, and interested parties must submit their requests to attend by December 1, 2025, to the designated contacts, Rishi Mathur and David Rhoads, via their provided email addresses.