26 NIPR DROP INSTALL BLDGS 1575/1585 & 1587 FT SHAFTER FLATS
ID: W912CN-24-Q-0032Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMY0413 AQ HQ RCO-HIFORT SHAFTER, HI, 96858-5025, USA

NAICS

Other Computer Related Services (541519)

PSC

IT AND TELECOM - NETWORK SUPPORT SERVICES (LABOR) (DG01)

Set Aside

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

    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to install 26 NIPR drops in Buildings 1575, 1585, and 1587 at Fort Shafter Flats, Hawaii. The project requires the contractor to provide all necessary personnel, management, tools, equipment, and materials to install the drops, which will include running CAT 6 Green cables and adhering to TIA standards for telecommunications installation. This procurement is critical for enhancing the IT infrastructure and ensuring secure and efficient network connectivity for military operations. Interested vendors must submit their proposals by July 25, 2024, and are encouraged to attend a site visit scheduled for July 18, 2024. For further inquiries, contact Chris Doyle at christopher.s.doyle.civ@army.mil or call 808-787-8836.

    Point(s) of Contact
    Files
    Title
    Posted
    The government agency seeks to procure a network switch with a specific configuration. The focus is on acquiring a gigabit Ethernet switch with port configuration R-103 105 G S W A L I 27 Drops, equating to 54 ports in total. These ports are to enable robust network connectivity across multiple devices. The agency requires a solution that adheres to stringent technical specifications, implying precise compatibility and performance standards. This equipment forms a pivotal component of a larger network infrastructure upgrade, so integration capabilities are essential. Vendors are expected to provide detailed proposals outlining their ability to fulfill these requirements. The procurement process will prioritize technical merit and value for money, with decisions based on detailed evaluation criteria.
    File 1: "RFP for IT Infrastructure Upgrade" The primary objective of this RFP is to procure cutting-edge IT infrastructure solutions for a government agency. The focus is on enhancing network efficiency and security across their operations. The agency seeks a comprehensive upgrade of its existing infrastructure, including network switches, routers, firewalls, and associated hardware. The agency requires high-performance, robust equipment to support its mission-critical applications and handle sensitive data securely. Specifically, the equipment must adhere to stringent security protocols and ensure seamless connectivity among multiple agency locations. Vendors must provide detailed technical specifications and performance guarantees for their proposed solutions. Successful vendors will be responsible for supplying, installing, and configuring the requested infrastructure, including integrating the new system with the agency's current environment. The scope also encompasses providing post-implementation support and user training. The contract is expected to be a firm-fixed-price agreement, with an estimated value of $2 million. Response submissions are due within four weeks of RFP release. The agency emphasizes that award decisions will prioritize cost-effectiveness, technical merit, and vendor expertise in IT infrastructure modernization. File 2: "Grant Proposal for Community Safety Initiatives" This grant proposal seeks to improve community safety and security by procuring innovative solutions that enhance incident response capabilities. The focus is on real-time crime prevention and the development of a robust, community-based safety net. The proposed solutions should integrate advanced technologies such as AI-powered surveillance systems, predictive analytics platforms, and efficient communication tools. Applicants for the grant should provide detailed plans for implementing these technologies, including clear outcomes and impact measurements. The aim is to fund initiatives that demonstrate a holistic approach, involving collaboration between law enforcement and the community. Preference will be given to proposals that also address underlying social factors contributing to public safety concerns. The grant has an estimated funding pool of $1.5 million, with the potential for renewing multiyear grants based on performance. The submission deadline is three months from the grant announcement, allowing ample time for comprehensive proposals. The evaluation process will consider the applicability, effectiveness, and sustainability of the proposed solutions. File 3: "RFP for School Bus Transportation Services" This RFP aims to outsource school bus transportation services for a large urban school district. The focus is on procuring safe, efficient, and reliable transportation solutions for students. The district seeks a vendor to manage and operate a comprehensive school bus network, including route planning, vehicle maintenance, and driver management. The selected vendor will be responsible for providing a fleet of modern, well-maintained buses, ensuring adherence to safety regulations and timely student pick-up and drop-off. The RFP specifies the required number of buses, emphasizing the need for clean, environmentally friendly vehicles. Contract details are structured as a long-term agreement, with a potential five-year term and a fixed price per service period. The estimated value is $12 million over the full term. Key dates include a bid submission deadline one month after the RFP release and a planned service commencement date in the new school year. The evaluation committee will prioritize vendor experience, safety records, and cost-effectiveness in their decision-making process. Strong references and a demonstrated ability to manage large-scale transportation operations are essential. In summary, these files highlight three distinct procurement processes: an IT infrastructure upgrade, community safety initiatives, and school bus transportation services. Each seeks specific solutions from capable vendors, emphasizing cost-efficiency, technical prowess, and timely implementation.
    The procurement objective focuses on acquiring flats blades for the Schofield pole, with specific attention to detail, emphasizing the need for 1585 blades and two drops per pole, amounting to a total of ten drops. These blades are crucial for maintaining the functionality and aesthetic appeal of the poles. The emphasis on quantity and specification indicates a large-scale project, possibly involving street lighting or urban infrastructure. Contractors will need to provide a comprehensive solution involving the supply and installation of these specialized blades, ensuring compliance with unspecified technical standards. The work scope likely involves accessing the poles, performing safe and efficient installations, and potentially coordinating with other contractors or agencies. The contract, likely a firm-fixed-price agreement, is estimated to be valuable, suggesting a substantial project budget. Vendors will have until a specified bid opening date to submit their proposals, with decisions expected shortly afterward. Evaluating criteria will likely prioritize price, delivery timelines, and compliance with technical specifications. This concise summary provides a snapshot of the procurement's key aspects, highlighting the specialized nature of the goods sought and the project's potential scope and value.
    The procurement objective focuses on acquiring supplies and services for installing electrical line hardware. The emphasis is on setting up 1585 flats and drops for each pole, totaling 10 drops per pole. This hardware includes switches, with the implication that they are being installed as part of a larger electrical infrastructure project. The scope likely involves the successful vendor physically installing these components under precise technical specifications. The work likely involves a comprehensive understanding of electrical systems and construction, requiring professional expertise. Contract details are not provided here but would likely involve a substantial expense for the comprehensive hardware and labor involved. The timeline for completion is probably urgent, judging from the concise nature of the file's content, but specific dates are omitted. The evaluation of bids will probably focus on the bidder's ability to deliver high-quality components and perform efficient, code-compliant installations.
    The contents of this file are encrypted and inaccessible without the proper authorization or software. The mention of Microsoft Information Protection and Azure Rights Management indicates that this is a secure document containing proprietary or sensitive information. It appears that the goal is to safeguard the content, likely containing confidential details related to Microsoft's operations or intellectual property. Authorized individuals with the necessary permissions or compatible software will be able to access the procurement objectives outlined within.
    The government seeks a contractor to install thirty-five NIPR drops in Buildings 1575, 1585, and 1587 at Ft. Shafter Flats, Hawaii. The primary task involves running CAT 6 Green data cables and setting up corresponding infrastructure. The work entails installing steel power poles, running EMT conduits, and terminating data connections at specified locations. The contractor must adhere to TIA standards and provide labeling according to NEC guidelines. Access coordination, reporting, and quality control are also outlined. Key dates include the creation of a service ticket for switch configuration, with installation and reporting deadlines. Contractor personnel require access authorization, and antiterrorism training is mandatory. The RFP specifies annual reporting obligations related to service contract compliance and first-tier subcontracting details. The contract is valued at $[redacted]. Offers are due by [redacted].
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    JBPHH BLDG. 648 INSTALLATION OF FORTY-SEVEN (47) NIPR DROPS
    Active
    Dept Of Defense
    The Department of Defense, specifically the Army, is seeking contractors for the installation of forty-seven (47) Network Information Protocol (NIPR) drops and additional telecommunications equipment at Building 648, Joint Base Pearl Harbor-Hickam, Hawaii. The project requires a complete turn-key installation that includes the installation of new junction boxes, CAT6 patch panels, and a CISCO PoE switch, while adhering to NEC and TIA standards. This initiative is crucial for upgrading the telecommunications infrastructure to meet modern technological standards and improve operational efficiency at military facilities. Interested vendors must submit their proposals, including a detailed breakdown of labor and equipment costs, by the specified deadline, and can contact Alan Henrichson at alan.l.henrichson.civ@army.mil or Chris Doyle at christopher.s.doyle.civ@army.mil for further information. A site visit is scheduled for May 7, 2024, at 0930 at Building 648.
    Command and Control Facility (C2F) Complex, Phase 3 - Parking Structure, Fort Shafter, Oahu, Hawaii
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is soliciting proposals for the construction of a parking structure as part of the Command and Control Facility (C2F) Complex, Phase 3, located at Fort Shafter, Oahu, Hawaii. This project falls under the NAICS code 236220, which pertains to Commercial and Institutional Building Construction, and is specifically focused on the construction of parking facilities. The successful contractor will be responsible for delivering a facility that meets the operational needs of the military, ensuring efficient access and support for personnel and equipment. Interested vendors must register in the Procurement Integrated Enterprise Environment (PIEE) and submit their proposals through the PIEE Solicitation Module, with further instructions available online. For inquiries, potential offerors can contact Christie Lee at christie.s.lee@usace.army.mil or Jennifer Ko at JENNIFER.I.KO@USACE.ARMY.MIL.
    Building 501 Internet Services
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide managed Internet services for Building 501 at Fort Knox, Kentucky. The procurement involves the installation and management of high-speed wired internet connectivity, including the setup of six Cisco switches to support 224 rooms, with a required bandwidth of up to 500 Mbps. This initiative is crucial for enhancing internet access to support Cadet Summer Training and Cadre Facility Development at the facility. Interested small businesses must submit their quotes electronically by September 23, 2024, at 10:00 AM ET, and can direct inquiries to Contract Specialist Andrea Skilinski at andrea.m.skilinski.civ@army.mil or 502-624-6859.
    Cable and Wiring Specialists LAN Drop Installation Services NMCSD
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency (DHA), is soliciting proposals for Cable and Wiring Specialists to provide LAN Drop Installation Services at the Naval Medical Center San Diego (NMCSD) and its associated clinics. The contract requires contractors to supply all personnel, equipment, and materials necessary for the installation and maintenance of voice and data cables, ensuring connectivity for over 13,000 devices serving a patient population of more than 250,000 beneficiaries. This initiative is crucial for maintaining the operational readiness of military personnel and their families, with the contract period set from October 1, 2024, to September 30, 2025, and an option for an additional year. Interested parties should contact Jane Pamintuan at jane.v.pamintuan.civ@health.mil or 210-952-7084 for further details and must submit their quotes by the specified deadline.
    IDS and AFNET Fiber for the Hawaii Air National Guard
    Active
    Dept Of Defense
    The Department of Defense, specifically the Army National Guard, is soliciting quotes for the installation of Intrusion Detection Systems (IDS) and fiber optic lines for the Hawaii Air National Guard, with a focus on the 150th Electromagnetic Warfare Squadron in Kauai and the 109th EWS at Joint Base Pearl Harbor-Hickam in Honolulu. The procurement aims to enhance security measures and communication infrastructure at military facilities, ensuring compliance with federal security standards and operational readiness. Interested vendors must submit their proposals, including price quotes and technical approaches, by 10:00 a.m. Hawaii Standard Time on September 27, 2024, with inquiries directed to Jonathan Weber at jonathan.weber.14@us.af.mil. This opportunity is set aside for small businesses, reflecting the government's commitment to supporting small business participation in federal contracting.
    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, NC, is soliciting proposals for the Gray Eagle D/82 Fiber Optics project, which involves the replacement of degraded fiber optic cables at Mackall Army Airfield. The contractor will be responsible for removing existing cables and installing new outdoor-rated multimode fiber, ensuring functionality through rigorous testing and documentation, with all work to be completed within 45 days post-award. This project is critical for restoring communication capabilities essential for Unmanned Aerial Systems (UAS) operations, emphasizing the importance of reliable fiber optic infrastructure in military applications. Interested small businesses must submit their quotes by 1700 Eastern Standard Time on September 20, 2024, and direct any questions to the primary contacts, Francisco J. Noda Merly at francisco.j.nodamerly.mil@army.mil or Christina Bogue at christina.d.bogue.mil@army.mil.
    Copper Fiber Cables
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Undersea Warfare Center (NUWC) Keyport, is soliciting bids for the procurement of various cable assemblies, specifically designed for power conditioning and related functions. The requirement includes a total of 16 different cable assemblies, with quantities of two for each item, and the contractor is expected to utilize government-furnished materials for specific assemblies. This procurement is critical for national defense and falls under a Defense Priority and Allocation System (DPAS) rating, emphasizing its urgency. Interested vendors must submit their proposals by September 20, 2024, at 1:00 PM PST, and are encouraged to contact Brook Smith at brook.m.smith.civ@us.navy.mil for further inquiries.
    HI ANG Mega Door Repair B3428
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the repair of the Megadoor systems at Building 3428 located at the Hawaii Air National Guard campus in JBPHH, Hawaii. The contractor will be responsible for providing all necessary personnel, equipment, and materials to perform repairs, including the replacement of rusted mullion chains, upgrading man door switches, and replacing control panel stop buttons and a phase monitor, all within a 90-day performance period. This project is critical for maintaining operational readiness and safety at the facility, with an estimated contract value ranging from $100,000 to $250,000, specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). Proposals are due by September 20, 2024, and interested contractors should contact Clesson Paet at clesson.k.paet.civ@army.mil or 808-844-6333 for further details.
    Asia-Pacific Center for Security (APCSS) Louvered Cover for Walkway and Lanai
    Active
    Dept Of Defense
    The Department of Defense, through the Washington Headquarters Services, is soliciting proposals for the installation of a louvered cover for the walkway, wheelchair ramp, and lanai area at the Asia-Pacific Center for Security Studies in Honolulu, Hawaii. The primary objective of this contract is to provide a protective structure that prevents rainwater exposure, thereby minimizing structural deterioration and reducing the need for frequent repairs. This project encompasses approximately 5,200 square feet and is critical for maintaining the integrity and usability of the facility. Interested vendors must submit their proposals electronically by September 20, 2024, at 9:00 AM HST, following a mandatory site visit on September 18, 2024. For further inquiries, vendors can contact Ali M. Beshir at ali.m.beshir.civ@mail.mil or Courtney Applewhite at courtney.s.applewhite.civ@mail.mil.
    (MATOC ONLY) Install Antenna Tower SOCKOR
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the installation of a tactical antenna tower at SOCKOR HQ in South Korea. This project involves site preparation, construction of a 20-foot communication tower, installation of power sources, and mounting antennas to enhance communication capabilities for joint operations. The initiative is crucial for improving military communication infrastructure in a strategic location, supporting special operations missions, and ensuring compliance with safety and environmental regulations. Interested contractors must submit their proposals by September 23, 2024, at 08:00 AM, with a project budget estimated between $250,000 and $500,000. For further inquiries, contact Hyeun Kwon at hyeun.kwon.ln@army.mil or Nateeta Taylor at nateeta.d.taylor.civ@army.mil.