Install Diversity Fiber Connecting ITB 700 to Hangar 5 & Bldg. 404
ID: FA670325R0003Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA6703 94TH CONTRACTING FLIGHT PKDOBBINS AFB, GA, 30069-4900, USA

NAICS

Power and Communication Line and Related Structures Construction (237130)

PSC

CONSTRUCTION OF OTHER UTILITIES (Y1NZ)

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 soliciting bids for the installation of fiber optic cables at Dobbins Air Reserve Base in Georgia, specifically connecting Information Transfer Building 700 to Hangar 5 and Building 404. The project requires contractors to furnish, install, and test two 12-strand Single Mode Fiber Optic Cables, adhering to current telecommunications standards and ensuring all materials are new. This opportunity is a total small business set-aside, emphasizing the importance of compliance with the National Institute of Standards and Technology (NIST) assessments for bidders. Interested contractors should contact Warren Deeds at warren.deeds@us.af.mil or Kenneth Jacob at kenneth.jacob.1@us.af.mil for further details, and must be aware of the amended proposal submission guidelines and deadlines as outlined in the solicitation documents.

    Point(s) of Contact
    Files
    Title
    Posted
    The document addresses solicitation FA670325R0003 and summarizes key questions and answers related to a construction project involving the installation of fiber optic cables. Key topics include the requirement for blown fiber installation, specific gravel types for drainage, minimum coverage depths for duct installations beneath surfaces, and the use of PVC spacers for conduit support. Additionally, it mandates the installation of warning tape for boring work and specifies the use of Visio for producing updated drawings. Further instructions include concrete encasement for buried conductors beneath traffic and stabilization requirements for manholes. A site visit on June 17, 2025, included representatives from Aios Group and Top Rate Xpress Services, indicating engagement with prospective contractors. The overall purpose of this document is to clarify technical requirements and ensure compliance for bidders in the related infrastructural improvements aligned with RFP processes.
    The document is an amendment to solicitation FA670325R0003, which addresses changes made to the terms and conditions of the solicitation. The amendment extends the deadline for offers, detailing methods for acknowledgment of this amendment by bidders, including completing specific form items or sending electronic communications. It notes that failure to acknowledge may lead to rejection of offers. The amendment provides answers to questions submitted regarding the solicitation, which are attached as an additional document. The relevant project is associated with a contract at Dobbins Air Force Base, Georgia, and includes administrative details regarding the modification and requirement for the contractor’s signature. Overall, the amendment clarifies terms while allowing bidders to adjust their submissions based on the new information provided.
    Similar Opportunities
    Cables, Fiber Optic
    Dept Of Defense
    The Defense Logistics Agency (DLA) is seeking suppliers for fiber optic cables to support military depots, with a presolicitation notice indicating multiple National Stock Numbers (NSNs) for various cable specifications. The procurement includes cables compliant with specific military specifications, with a required delivery timeframe of 150 days and terms for FOB Origin and Inspection and Acceptance at Destination. This contract, which is not set aside for small businesses, will be a Fixed Price, Indefinite Delivery Contract (IDC) for a base period of two years, with proposals evaluated based on price, past performance, and delivery. Interested vendors can submit proposals electronically, with the solicitation expected to be available on December 19, 2025, under solicitation number SPE7M26RX011; for further inquiries, contact Kristina Wolf at Kristina.wolf@dla.mil or 614-693-2623.
    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.
    CABLE AND INTERNET SERVICES
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking contractors to provide cable and internet services throughout Fort Benning, Georgia. This procurement aims to ensure reliable IT and telecom network support services, which are critical for maintaining effective communication and operational capabilities at the military installation. Interested vendors can reach out to Krista Spencer at krista.m.spencer.civ@army.mil for further details regarding the contract, which is categorized under the PSC code DG01. Additional information about deadlines and funding amounts will be provided during the procurement process.
    Installation Fiber Optics Networking Support Services
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Warfare Center (NAWCWD), is seeking qualified contractors to provide Installation Fiber Optics Networking Support Services. This procurement aims to secure Subject Matter Experts (SMEs) who will deliver cost-effective installation services for fiber optic networking, including network designs, fiber builds, and infrastructure mapping, which are not covered by existing Naval Enterprise Network frameworks. The contract will be a cost-plus-fixed-fee (CPFF) arrangement for a total of five years, comprising a one-year base period and four one-year options, with a total small business set-aside under NAICS code 541512. Interested parties must register in the System for Award Management (SAM) and submit proposals electronically via the PIEE Solicitation Module, with the solicitation expected to be posted around November 17, 2025. For further inquiries, contact Erika Martin at erika.m.martin6.civ@us.navy.mil or Erin K Strand at erin.k.strand.civ@us.navy.mil.
    Fiber J&A
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking to justify a contract award related to fiber network products and services at Eielson Air Force Base in Alaska. This procurement involves the acquisition of digital network products, which are critical for maintaining and enhancing the IT and telecommunications infrastructure. The Justification and Approval (J&A) process indicates the importance of these goods in supporting operational capabilities at the base. For further inquiries, interested parties can contact Garrett Guiliano at garrett.guiliano@us.af.mil or Justin Williams at justin.williams.18@us.af.mil.
    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.
    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.
    F-15 Cable and LOD Repair Services, Air Force Enhancement Program (AFREP) for Seymour Johnson AFB
    Dept Of Defense
    The Department of Defense, through the 4th Contracting Squadron at Seymour Johnson Air Force Base, is soliciting proposals for F-15 Cable and Light Off Detector (LOD) Repair Services as part of the Air Force Enhancement Program (AFREP). This procurement involves a total small business set-aside for a firm fixed-price indefinite delivery indefinite quantity (IDIQ) contract, which includes a one-year base period and four one-year options, requiring the service provider to repair F-15E cable and LOD parts to serviceable condition in accordance with specified technical orders. Interested vendors must possess an approved Source of Approved Repair (SAR) letter and be registered in the System for Award Management (SAM) to be eligible for award. For inquiries, potential offerors can contact Angela Gibson at angela.gibson.4@us.af.mil or Glinnis Thompson at glinnis.thompson@us.af.mil, referencing Solicitation Number FA480926Q0003. All solicitation documents will be available on SAM.gov.
    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.
    SLD 30/SC SONET to DWDM Migration Part 2B
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting quotes for the migration of up to 500 circuits from a legacy Synchronous Optical Network (SONET) to a Ciena-based Dense Wavelength Division Multiplexing (DWDM) Optical Transport Network (OTN) at Vandenberg Space Force Base in California. The procurement aims to provide comprehensive services including engineering, planning, equipment provision, and implementation over a ten-month period, with a focus on developing a migration design and executing the migration while adhering to stringent security requirements. This opportunity is classified under NAICS code 541512 for Computer Systems Design Services, with a small business size standard of $34 million, and the contract will be awarded based on the best value considering technical approach and price. Interested vendors must submit their quotations by December 31, 2025, and direct any inquiries to Paul Baraldi or Scott Yeaple via email by December 10, 2025.