Installation of Underground Conduit for Telecommunications Systems
ID: FA670325B0001Type: Solicitation
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, specifically the Department of the Air Force, is soliciting bids for the installation of underground conduit for telecommunications systems at Dobbins Air Reserve Base in Georgia. This project, valued between $25,000 and $100,000, is a total small business set-aside under NAICS code 237130, requiring bidders to provide all necessary materials, labor, and supervision as outlined in the Statement of Objectives. The installation of this conduit is crucial for enhancing telecommunications infrastructure, ensuring compliance with federal regulations, and maintaining operational efficiency at the base. Interested contractors must submit sealed bids by August 7, 2025, and can contact Manson Smith at manson.smith.1@us.af.mil or Kenneth J. Jacob at kenneth.jacob.1@us.af.mil for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    This document outlines environmental requirements for contractors working at Dobbins Air Reserve Base (DARB) to prevent pollution and ensure compliance with federal, state, and local regulations. Key compliance mandates include obtaining necessary environmental permits, proper handling and disposal of hazardous materials, and adherence to best management practices for waste management and spill prevention. Contractors are required to submit detailed documentation, such as facility information and hazardous material data sheets. Strict guidelines also prohibit actions like open burning, require recycling of construction debris, and mandate immediate notification of any historical finds during excavation. Specific stipulations address stormwater pollution prevention and the proper management of petroleum oil and lubricants. The document emphasizes the protection of existing landscapes, including trees, and prohibits the generation of hazardous waste. Overall, the guidelines aim to safeguard environmental integrity during construction activities while delineating the responsibilities of contractors to adhere to safety and compliance measures, ensuring DARB remains in line with environmental standards.
    The document is a Financial Institution Reference Sheet related to solicitation FA670325B0001, as part of the evaluation process for contractor responsibility. Contractors are instructed to complete this sheet for each financial institution where they hold an account. The sheet requires details such as the contractor's name, point of contact information, and the financial institution's name and contact. Additionally, contractors authorize the release of specific account information to the 94th Contracting Flight at Dobbins ARB, GA, including average account balances, any loans, lines of credit, history of late payments, and credit ratings. The financial institution must verify the provided information and indicate its accuracy. This form is essential for evaluating contractors' financial reliability and support government procurement processes by ensuring that contractors meet eligibility criteria based on their financial standing.
    The document outlines the general requirements for a construction project at Dobbins Air Reserve Base, Georgia. It emphasizes the importance of obtaining government approval for materials and submittals before installation. The contractor must adhere to strict protocols, including providing daily progress reports, a Quality Control Plan, and maintaining accurate record drawings. The government inspector is designated to oversee compliance, but only the contracting officer can modify contract terms. Safety, sanitation, and environmental regulations must be strictly followed throughout the project. Work schedules are regulated to minimize disruption, and any alteration of existing structures requires careful handling to avoid damage. Contractors must obtain necessary permits for digging and welding, ensuring all utilities are protected during operations. The document stresses the importance of clean site practices and effective cleanup to prevent environmental issues. It encapsulates a comprehensive approach to managing construction scope, quality, and safety within federal guidelines, demonstrating the government’s commitment to effective oversight and accountability in public works projects.
    This document outlines the submittal procedures for bidders involved in federal contracting projects. It defines various types of submittals, including material submittals (shop drawings, product data, and samples) and administrative/closeout submittals, which ensure compliance with design and contract requirements. Different classifications of submittals, such as those requiring government approval, ones for information only, and sustainability reporting submittals, are described. The document emphasizes the roles of both contractors and the contracting officer in the review and approval processes, detailing submission timelines and formatting requirements, particularly the use of AF Forms. It mandates that submittals be clear, organized, and submitted in a specified sequence to prevent project delays. Moreover, established timelines for governmental review—15 working days for most submittals and 30 days for those needing fire protection engineer approval—are highlighted. Proper documentation, including coordination of material procurement with construction timelines, is vital to the process. Overall, this guidance ensures compliance, quality control, and effective communication between contractors and government authorities throughout project execution.
    The Dobbins Air Reserve Base Design Guide 2023 outlines design standards for facilities at the base, emphasizing quality, compliance with federal regulations, and a unified aesthetic. Key points include adherence to anti-terrorism requirements and regulations from the International Building Code and ADA guidelines. The document details standards across architecture, landscape, civil engineering, electrical, and mechanical systems, ensuring structural integrity and operational efficiency. Metrics for design cover exterior materials, building functions, and landscaping focused on native plants to minimize maintenance and irrigation needs. The guide mandates that all design professionals and tenant units comply with these standards and emphasizes the responsibility for enforcement by designated agencies. Any deviations require approval from the Base Civil Engineer. This document serves as a vital resource in planning and constructing future facilities at Dobbins ARB while maintaining consistency and safety within the base environment.
    The document relates to federal and state government procedures for handling various proposals, grants, and requests for proposals (RFPs). It emphasizes the importance of compliance with regulations and safety standards when addressing potential hazards in construction and renovation projects. The text outlines the necessity for thorough evaluations of sites to identify risks associated with hazardous materials, including asbestos and lead-based paint, before any work begins. The proposed assessments focus on ensuring health and environmental safety, guiding contractors and government bodies in adhering to guidelines during restorations. The overarching aim is to mitigate risks effectively while fulfilling regulatory obligations, ensuring the success of government-funded projects, and maintaining the integrity of public safety during renovations.
    The document outlines a solicitation for a construction project titled "Installation of Underground Conduit for Telecommunications Systems" at Dobbins Air Reserve Base, Georgia. The U.S. government, represented by the contracting officer, invites bids for this project, estimated at a value between $25,000 and $100,000, and emphasizes that it is a total small business set-aside with a NAICS code of 237130. Bidders must provide all necessary materials, labor, and supervision as detailed in the Statement of Objectives. The submission of sealed bids is required, with specific instructions for how bids should be submitted and evaluated. The performance period for this project is defined, including bond requirements and additional stipulations for bid acceptance. Payment processes, inspection criteria, and compliance with FAR clauses are also detailed, ensuring that all contractors adhere to federal regulations throughout the project. The document highlights the need for firms to operate within specific guidelines to ensure timely and acceptable project completion while maintaining financial and contractual integrity.
    The document serves as an amendment to a solicitation and contract modification, extending the bid submission deadline from July 8, 2025, to August 7, 2025, at 2:00 P.M. It specifies that bids may be submitted via email but not by fax. The amendment also clarifies administrative details regarding the handling of proposals and the specific entities receiving bids and solicitations. It maintains that all other terms and conditions of the original solicitation remain unchanged and in effect. The amendment was issued by the 94th Contracting Flight at Dobbins Air Force Base and includes specific contact details for the appropriate individuals involved in the procurement process. This document highlights procedural adjustments related to government bidding protocols to ensure clarity and compliance among contractors.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Fy26 Local and Long-Distance Telecommunication Services Renewal
    Buyer not available
    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
    Buyer not available
    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.
    FY26 Airfield Pavement Preventative Maintenance
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the FY26 Airfield Pavement Preventative Maintenance project at Dover Air Force Base in Delaware. This opportunity is a 100% Small Business set-aside, requiring contractors to provide all labor, materials, equipment, and tools necessary for airfield pavement maintenance, with a project magnitude estimated between $250,000 and $500,000. The contract will be a Firm Fixed Price type with a performance period of 365 calendar days, emphasizing the importance of maintaining airfield infrastructure for operational readiness. Proposals are due by 1:00 PM EST on January 9, 2026, and must remain valid through March 31, 2026; interested parties should direct inquiries to SSgt Mariah Thompson at mariah.thompson@us.af.mil or Mr. Dimas Bernacchia at dimas.bernacchia.2@us.af.mil.
    Base Telecommunication Systems (BTS) at Altus AFB, OK
    Buyer not available
    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.
    Bldg. 4 to Bldg. 77L Exterior Telecommunications Cable Repair
    Buyer not available
    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.
    25--CABLE AND CONDUIT A
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of NSN 2530015660648, specifically for CABLE AND CONDUIT A, with a total quantity of 69 units required. This procurement may lead to an Indefinite Delivery Contract (IDC) with a one-year term or until the total orders reach $350,000, with an estimated four orders per year and a guaranteed minimum quantity of 10 units. The items are critical for vehicular equipment components and will be shipped to various DLA depots both within the continental United States (CONUS) and outside (OCONUS). Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil, as hard copies of the solicitation are not available.
    FY26 Airfield Striping & Rubber Removal
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the FY26 Airfield Striping & Rubber Removal project at Dover Air Force Base in Delaware. This procurement is a 100% Small Business set-aside, requiring contractors to provide all necessary labor, materials, equipment, and tools for the project, which has a magnitude between $250,000 and $500,000. The contract will be a Firm Fixed Price (FFP) type, with a performance period of 365 calendar days from the notice to proceed, and proposals are due by 1:00 PM EST on January 9, 2026. Interested parties should direct inquiries to SSgt Mariah Thompson at mariah.thompson@us.af.mil or Mr. Dimas Bernacchia at dimas.bernacchia.2@us.af.mil, and proposals must remain valid through March 31, 2026.
    Duranet 3300 Switch for 578 SWES/MXDPAB. Robins AFB - Sole Source
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking to procure a DuraNET 3300 Ethernet Switch and a Starter Breakout Cable Set for the 578 SWES/MXDPAB at Robins Air Force Base in Georgia. This procurement is classified as a sole source acquisition and is issued under Request for Quote number FA857926Q0008, which is intended to fulfill specific operational requirements for network infrastructure. The items are crucial for maintaining effective communication and data transfer capabilities within military operations. Interested vendors must submit their quotes by December 11, 2025, with delivery of the equipment required by June 19, 2026. For further inquiries, potential bidders can contact Margaret Gaskill or Valerie Evans via their respective email addresses.
    ARTB Building Materials
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking bids for the procurement of various building materials for use at Fort Benning, GA. The contract includes a total small business set-aside and requires the supply of items such as pressure-treated wood utility poles, precast concrete boxes, and reinforced concrete pipes, among others, with specified quantities for each item. These materials are essential for construction and maintenance projects within military facilities, ensuring operational readiness and infrastructure integrity. Interested vendors should contact Nicholas Purnell at nicholas.j.purnell2.mil@army.mil or by phone at 302-236-6517 for further details regarding the solicitation process.
    CABLE AND INTERNET SERVICES
    Buyer not available
    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.