18 NIPR DROPS BLDG 9098 CDC
ID: W912CN25Q0005Type: 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 18 NIPR drops at Building 9098, CDC, Schofield Barracks, Hawaii. The contractor will be responsible for providing personnel, materials, tools, and equipment necessary for the installation, adhering to TIA standards and NEC Standardized Labeling Program. This project is critical for enhancing telecommunications capabilities within the facility, ensuring compliance with safety and security protocols, including antiterrorism training and IWATCH program participation. Interested parties must submit their quotes by the specified deadline, and a site visit is scheduled for October 28, 2024. For further inquiries, contact Chris Doyle at christopher.s.doyle.civ@army.mil or Alan Henrichson at alan.l.henrichson.civ@army.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    This document outlines a Performance Work Statement for the installation of 18 NIPR drops and telecommunications equipment at Building 9098, CDC, Schofield Barracks, Hawaii. The contractor is responsible for providing necessary personnel, materials, and tools to complete the installations, adhering to TIA standards. The deployment includes 12 drops at the front desk, 2 in the copy room, 2 in the administrative workstation, and 2 in the manager’s office. Access coordination with the building’s point of contact is essential. Performance objectives require timely task completion and report delivery, with quality control measures stipulated. Contractors must also comply with antiterrorism training and security regulations, including obtaining Installation Access Passes for personnel and vehicles. The contractor is accountable for training personnel in the IWATCH program to enhance security awareness. This document emphasizes the importance of adherence to safety protocols, communication, and quality standards for successful completion of the project, reflecting the structured nature of government contracts aiming for efficiency and compliance.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Install of 24 SM FOC for Bldg 415 Vance AFB
    Active
    Dept Of Defense
    The Department of Defense, through ASRC Federal Field Services, LLC, is seeking quotes for the installation of a 24-strand single-mode fiber optic cable to enhance network connectivity between Building 500 and Building 415 at Vance Air Force Base in Oklahoma. The project requires contractors to provide all necessary materials, labor, and equipment while adhering to federal, state, and local regulations, with a focus on safety and compliance with industry standards. This installation is critical for ensuring robust communication infrastructure at the base, and the contract will be awarded based on a firm fixed price, with bids due by October 28, 2024, at 11 AM CST. Interested contractors should direct inquiries to Betty S. Kliewer at betty.kliewer.ctr@us.af.mil and ensure they are registered in SAM.gov at the time of award.
    SPLICE KIT
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Maritime - Pearl Harbor, is soliciting quotes for a splice kit essential for fiber optic installations. The procurement requires bidders to provide detailed specifications and compliance with Federal Acquisition Regulation (FAR) clauses, ensuring that all components meet precise manufacturing standards and government requirements. This solicitation is critical for maintaining high-quality materials and supporting small business participation in federal contracting. Interested vendors must submit their quotes by October 21, 2024, at 12:00 PM Hawaii Standard Time, and can direct inquiries to Albert S. King at albert.s.king.civ@us.navy.mil or by phone at 808-473-8000 ext. 4148.
    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.
    Design-Build Construction of a Network Enterprise Center in Fort Hunter Liggett, CA
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the Design-Build Construction of a Network Enterprise Center (NEC) at Fort Hunter Liggett, California. The project entails the design and construction of a 21,500 square foot facility that will include various operational spaces such as a command center, administrative offices, and technical support areas, along with necessary site improvements and utility installations. This initiative is crucial for enhancing military communication and operational capabilities while adhering to stringent safety and environmental standards. Interested contractors must submit their proposals electronically by November 8, 2024, and the estimated construction cost ranges between $25 million and $100 million. For further inquiries, contact Bonny Dylewski at bonny.c.dylewski@usace.army.mil or Alex Hamilton at alex.j.hamilton@usace.army.mil.
    SUBMIT A QUOTE TO PROVIDE, INSTALL, AND MAINTAIN A 1GB DEDICATED ETHERNET SVC BETWEEN BLDG NAVY SHELTER; RM 1; FL 1; MT OCTOPUS , FORKS, WA 98331 AND BLDG 975, RM 101, 3565 NORTH LANGLEY BLVD, WHIDBEY ISLAND NAS, OAK HARBOR, WA 98278.
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Information Systems Agency (DISA), is soliciting quotes for the provision, installation, and maintenance of a 1GB dedicated Ethernet service between two locations: the Navy Shelter in Forks, WA, and Building 975 at Whidbey Island NAS, Oak Harbor, WA. This procurement aims to enhance telecommunications capabilities, ensuring reliable network access for military operations. The selected contractor will be required to comply with various federal acquisition regulations and submit detailed pricing for both recurring and non-recurring charges. Quotes are due by November 11, 2024, at 4:00 PM CST, and interested parties should contact Maxwell Jones at maxwell.s.jones.civ@mail.mil for further information.
    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.
    Active
    Dept Of Defense
    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 two specified locations in Washington State. The procurement aims to establish reliable telecommunications services essential for operational efficiency at the South Sound Community Medical Home in Olympia and Joint Base Lewis/McChord. This opportunity is classified under the NAICS code 517111, focusing on wired and wireless telecommunications carriers, and will utilize a lowest price technically acceptable (LPTA) evaluation process for quotes. Interested vendors must submit their proposals by the specified deadline, and for further inquiries, they can contact Tammy Basson or Dale Rupright via their provided email addresses.
    Hawaii Water Management ? Repair Waiahole Reservoirs 155 and 225, Oahu, Hawaii
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the repair of Waiahole Reservoirs 155 and 225 located on Oahu, Hawaii. This procurement falls under the NAICS code 237110, focusing on water and sewer line and related structures construction, with an emphasis on the repair or alteration of dams. The successful contractor will play a crucial role in maintaining the integrity and functionality of these water management structures, which are vital for local water supply and flood control. Interested vendors must register in the PIEE Solicitation Module to submit proposals, and they can reach out to Brett Watanabe at brett.j.watanabe@usace.army.mil or Jennifer Ko at JENNIFER.I.KO@USACE.ARMY.MIL for further inquiries.
    PROVIDE, INSTALL, MAINTAIN 1GB ETHERNET BETWEEN BLDG SOUTH SOUND COMM MED HOME, (RM)120-COMM, (FL)1; 500 LILLY RD NE, SUITE 120; OLYMPIA, WA, 98506 & BLDG 6071, (RM)SWITCH; 6071 16TH ST & COLORADO AVE, JOINT BASE LEWIS/MCCHORD WA 98433-9500.
    Active
    Dept Of Defense
    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 two specified locations in Olympia and Joint Base Lewis/McChord, Washington. This procurement aims to enhance telecommunications capabilities, ensuring reliable network access for critical operations. The selected contractor will be responsible for delivering commercial telecommunications services, with the evaluation process based on the lowest price technically acceptable (LPTA) criteria. Interested vendors should submit their quotes by the specified due date, and for further inquiries, they may contact Tammy Basson or Dale Rupright via their provided email addresses.
    PROVIDE, INSTALL, AND MAINTAIN A 100MB ETHERNET LEASE BETWEEN 4075 WILSON BLVD, ARLINGTON, VA 22203, BLDG 4075, (RM) 350; 3 FL AND 6607 ARMY PENTAGON, WASHINGTON DC 20310-6607, BLDG PENTAGON, (RM) BC771.
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Information Systems Agency (DISA), is seeking proposals for the provision, installation, and maintenance of a 100MB Ethernet lease service between two critical locations: 4075 Wilson Blvd, Arlington, VA, and the Pentagon in Washington, DC. Contractors are required to submit detailed quotes that comply with specific technical requirements, ensuring the service is operational by the deadline of March 17, 2025, while maintaining a 99.5% availability rate. This procurement is vital for supporting defense telecommunications needs and must adhere to federal regulations and standards. Interested contractors should direct inquiries to Shannon Scheffel or Dale Rupright via the provided email addresses, and all quotes must be submitted through the Integrated Defense Enterprise Acquisition System (IDEAS).
    PROVIDE, INSTALL AND MAINTAIN A 10GB ETHERNET PT TO PT CIRCUIT BETWEEN A. JOINT PATHOLOGY CENTER (JPC) AT FOREST GLEN ANNEX IN SILVER SPRING, MD/CCI AND B. WALTER REED NATIONAL MILITARY MEDICAL CENTER (WRNMMC) BETHESDA, MD/CC2
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Information Systems Agency (DISA), is seeking proposals for the provision, installation, and maintenance of a 10GB Ethernet point-to-point circuit between the Joint Pathology Center (JPC) at Forest Glen Annex in Silver Spring, MD, and the Walter Reed National Military Medical Center (WRNMMC) in Bethesda, MD. This procurement aims to enhance telecommunications capabilities, ensuring reliable and efficient connectivity for critical medical and pathology services. The solicitation is issued as a request for quote (RFQ), with the evaluation process based on the lowest price technically acceptable (LPTA) criteria. Interested vendors must submit their quotes by the specified due date, and for further inquiries, they can contact Benjamin Sparlin or Angelina Hutson via email.