FIBER OPTIC and CABLE INFRASTRUCTURE SUPPORT (FOCIS V)
ID: FA860425RB002Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8604 AFLCMC PZIWRIGHT PATTERSON AFB, OH, 45433-7228, USA

NAICS

Electrical Contractors and Other Wiring Installation Contractors (238210)

PSC

IT AND TELECOM - DATA CENTER SUPPORT SERVICES (LABOR) (DC01)

Set Aside

8(a) Set-Aside (FAR 19.8) (8A)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the Fiber Optic and Cable Infrastructure Support (FOCIS V) contract at Wright-Patterson Air Force Base in Ohio. This procurement involves providing comprehensive installation, upgrading, and maintenance services for communications cable infrastructure, including fiber optic and copper cabling, over a five-year period with a total estimated award amount of $19 million. The contract is set aside for 8(a) small businesses, emphasizing the government's commitment to enhancing diversity in federal contracting. Proposals are due by 4:00 PM Eastern Daylight Time on March 18, 2025, and interested parties should direct inquiries to Sam Hollon at samuel.hollon@us.af.mil or Nicole R. Barnes at nicole.barnes.5@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a solicitation for a contract focused on Fiber Optic and Cable Infrastructure Support (FOCIS V) by the U.S. government, specifically for Wright Patterson Air Force Base (WPAFB). Requisition number FA860425RB0020001 indicates a total award amount of $19,000,000, with a minimum order amount of $25,000. The contract includes provisions for non-personal services related to the installation and maintenance of fiber optic and cable infrastructure over a five-year period, which can be split into individual task orders. Additionally, it details the contractor's obligations, including obtaining three commercial price quotes for materials and ensuring compliance with various federal acquisition regulations and clauses, emphasizing the need for adherence to equal opportunity and worker rights laws. The solicitation aims to foster participation from Women-Owned Small Businesses, particularly Economically Disadvantaged Women-Owned Small Businesses (EDWOSBs). The document serves as an essential guide for potential contractors to navigate the bidding process while ensuring alignment with government contracting standards, including transparency and competitive pricing practices.
    The government document serves as an amendment to an existing solicitation, specifically extending the deadline for receipt of offers from December 31, 2024, to January 9, 2024. It outlines the necessary steps for offerors to acknowledge the amendment, emphasizing that failure to acknowledge before the specified time may lead to rejection of their offers. The document includes a section for modifying existing contracts, stipulating that contractors may need to sign and return the amended documents, and detailing administrative changes as required by federal regulations. Key changes include the addition of newer versions of attachment documents related to pricing and contract sections while deleting outdated versions. This amendment reinforces the necessity of adherence to all terms and conditions detailed in previous documents, maintaining their binding status unless explicitly modified. This information is essential within the context of federal Requests for Proposals (RFPs), indicating procedural requirements for offerors in responding to government contracts, particularly in the realm of defense contracting, as denoted by the issuing authority and contact information provided. The structure of the document is organized into specific items addressing amendments, modifications, and acknowledgment procedures, facilitating clarity and compliance among potential contractors.
    The Performance Work Statement (PWS) for Fiber Optic and Cable Infrastructure Support (FOCIS V) at Wright-Patterson Air Force Base outlines the scope of services to be provided by the contractor. It details the tasks, including installation, upgrading, testing, and maintenance of communication cable infrastructure essential for various networks on base. The contractor must adhere to government standards, conduct pre- and post-testing of installations, and ensure thorough documentation of work. They are required to manage continuity across multiple Task Orders (TOs), maintain compliance with security regulations, and ensure the safety of personnel and the proper management of government property. Government personnel will oversee contractor compliance, and a series of deliverables, including drawings, status reports, and test results, must be submitted according to specified timelines. The PWS emphasizes the importance of coordination, adherence to standards, and effective communication between the contractor and the government, reflecting the rigorous requirements typical of federal contracts.
    The document discusses federal and state/local Requests for Proposals (RFPs) as well as federal grants available for various projects and initiatives. Its primary focus is on the guidelines and objectives required for applicants to successfully navigate the proposal submission process. Key points include the importance of understanding specific eligibility criteria, budget constraints, and evaluation metrics set forth by respective government bodies. It highlights the necessity for detailed project plans, timelines, and measurable outcomes to align with government strategic goals. Additionally, the document emphasizes collaborative partnerships and stakeholder engagement as vital components of successful proposals. As such, it serves as a resource for organizations seeking funding opportunities through a structured and competitive application process. This guidance aims to enhance transparency and accountability in the use of government funds while fostering innovation and community development through awarded grants and contracts.
    The document outlines a Request for Proposal (RFP) for various labor services required over multiple contract periods, detailing labor hours and costs anticipated for each period from April 2025 to September 2030. It includes a breakdown of labor hours for the base year and four subsequent option years, as well as an extension period, with total evaluated prices aggregating to $2,082,460.25. The labor hours are described as historical estimates based on the previous five years, implying that they are used primarily for cost proposal generation. Materials and other direct costs are also referenced but not specified in detail. Additionally, the document contains attachments for labor rate matrices for direct labor and fully burdened rates, instructing contractors to round off rates to the nearest penny and maintain consistency for option years. This RFP illustrates the federal government's process for procurement of services, ensuring that submissions reflect accurate past performance estimations while adhering to standardized costing measures.
    The document is a wage determination issued by the U.S. Department of Labor under the Service Contract Act, specifically for contracts in Ohio, covering Greene, Miami, and Montgomery counties. It outlines the minimum wage requirements effective January 30, 2022, with contractors mandated to pay workers at least $17.20 per hour if the contract commenced or was renewed after this date. For contracts awarded between January 1, 2015, and January 29, 2022, the minimum wage is set at $12.90 per hour. Additionally, it lists specific wage rates, fringes, and benefits for various occupations, including administrative support, automotive services, food preparation, healthcare, and maintenance positions. The document emphasizes additional protections and requirements under Executive Orders 14026 and 13658 concerning paid sick leave and health benefits for federal contractors. The wage determination also includes instructions for conforming new classifications of workers not previously listed and mandates that contractors provide uniforms and cover maintenance costs as needed. Overall, this document guides compliance with labor standards for federal contracts, ensuring fair compensation and worker protections in line with current federal regulations.
    The provided document contains an error, being unable to display its contents. It seems to be a technical alert from a PDF viewer, indicating that the necessary information regarding federal government RFPs, federal grants, and state/local RFPs is inaccessible due to viewing limitations. Consequently, no specific details about the RFPs or grants can be extracted or summarized. The document's purpose appears to be to communicate necessary upgrades to the viewer software that will allow users to access the intended content. Without the actual content, a meaningful analysis or summary of the government's initiatives concerning funding requests or grants is not possible and highlights the importance of having compatible software to access critical government documents.
    The document outlines the evaluation criteria for awarding a D-type contract related to Fiber Optic Cable & Installation Support (FOCIS V) under a Lowest Price Technically Acceptable (LPTA) selection process. The contract will be awarded to the lowest-priced, technically acceptable proposal. Proposals will be evaluated based on relevant performance history, technical factors (including management plan and quality assurance), and price aspects (completeness, reasonableness, and total evaluated price). An entry gate requiring evidence of prior contracts over $50,000 is established to ensure offerors have relevant experience in fiber optic installation and structured wiring. Technical proposals must achieve an “acceptable” rating in all subfactors to qualify for consideration. Price proposals must be comprehensive and reasonable to avoid disqualification. Additionally, the document emphasizes the Government's right to award without discussions and potential rejection of grossly deficient proposals. Attachments provided include performance statements and pricing matrices, reinforcing the need for compliance and demonstrating experience. The Government also mentions that funding is not currently available, and it reserves the right to cancel the solicitation without obligation to reimburse costs incurred by offerors. This document embodies standard practices in government RFPs, emphasizing competitive pricing and technical competence in procurement.
    The government file pertains to a Request for Proposals (RFP) initiated on November 21, 2024, focusing on providing Fiber Optic Cable and Infrastructure Support for defense operations at Wright-Patterson Air Force Base, Ohio. This solicitation outlines critical submission instructions for potential offerors, emphasizing compliance with the Performance Work Statement (PWS) and the need for proposals to be clear and detailed. Proposals must be submitted electronically, with a required three-volume structure: Technical Proposal (Volume 1), Price & Offer Proposal (Volume 2), and Model Contract Documentation (Volume 3). Specific entry gate criteria are established for the technical volume to ensure offers demonstrate relevant experience and qualifications. Detailed instructions on pricing and quality assurance are also included, clarifying evaluation metrics for completeness and reasonableness. The document establishes strict communication channels and submission protocols, including formatting guidelines and page limitations. Key personnel qualifications and safety protocols are essential components of the proposal. The solicitation underscores the importance of meeting government requirements fully and provides avenues for submitting inquiries and exceptions to conditions or specifications. The overall purpose is to solicit qualified contractors capable of supporting the installation and management of critical communications infrastructure while ensuring safety and compliance with regulatory standards.
    The Fiber Optic and Cable Infrastructure Support (FOCIS V) contract at Wright-Patterson Air Force Base aims to provide communications cable installation services across various defense activities. The scope encompasses installing, upgrading, and maintaining copper and fiber optic cabling, manholes, and communications duct systems, as specified in individual Task Orders (TOs). The Contractor is responsible for managing proposals, adhering to established industry standards, and ensuring careful documentation of all processes. Key tasks include conducting Technical Interchange Meetings with government representatives, thorough labeling, pre- and post-installation testing, and addressing site-specific conditions. Compliance with safety, security, and environmental regulations is crucial, including maintaining personnel qualifications and reporting labor hours. The Government will provide certain equipment and guidance while stipulating performance thresholds, emphasizing timely submission of deliverables, accuracy in documentation, and the necessity of final inspections. This contract reflects the U.S. government's effort to enhance its communication capabilities while ensuring adherence to strict procedural and safety standards, showcasing the contract’s significance in supporting the infrastructure needs of the armed forces._
    The document pertains to a federal government file related to Requests for Proposals (RFPs) and federal grants, emphasizing the importance of adherence to guidelines and successful submission processes. It outlines the objectives of federal funding opportunities aimed at enhancing local and state programs and projects. The contents of the file likely include critical information such as eligibility criteria for applicants, funding amounts, application processes, deadlines, and evaluation metrics. Potential applicants are encouraged to understand the specific needs of their localities and align their proposals with federal priorities, enhancing their chances for funding approval. Additionally, it emphasizes the need for proposals to demonstrate clear outcomes, effective communication of intentions, and a structured approach to project execution. Furthermore, the document might provide insights into workshops or resources aimed at assisting applicants in navigating the complex requirements of federal grant submissions. Overall, this file serves as a vital resource for organizations seeking federal funding, focusing on how to effectively secure grants through comprehensive and compliant proposals that address federal and local priorities.
    The document outlines a federal Request for Proposal (RFP) related to labor and materials for a government contract, primarily concerning FOCIS V task orders over multiple ordering periods from April 2025 through September 2030. It provides detailed information on estimated labor hours and costs, categorized across base year and four subsequent ordering periods, culminating in an extension period. Key components include labor hours allocated for various tasks and the absence of detailed material and other direct cost estimations. The total evaluated price (TEP) for the entirety of the contract amounts to approximately $2.08 million, with historical labor hours and costs utilized solely for evaluation purposes, emphasizing that these figures do not require input from offerors. Additionally, the document includes a labor rate matrix, indicating that contractors must provide labor rates rounded to the nearest penny for each project category across different contract years. The focus is on ensuring adherence to rates specified for option years, ensuring consistency in pricing throughout the project duration.
    The document is a wage determination register from the U.S. Department of Labor under the Service Contract Act, detailing minimum wage and fringe benefit requirements for contractors working in Ohio's Greene, Miami, and Montgomery counties. It specifies that contracts awarded after January 30, 2022, must comply with Executive Order 14026, mandating a minimum wage of at least $17.20 per hour for covered workers, applicable for work performed in 2024. For contracts awarded between January 1, 2015, and January 29, 2022, the minimum wage is set at $12.90 per hour unless otherwise specified. The document contains extensive listings of wage rates for various occupations, such as administrative support, healthcare, and maintenance, alongside details about required fringe benefits including health and welfare, vacation, and holiday pay. Additionally, regulations concerning paid sick leave under Executive Order 13706 and uniform allowances are outlined. Overall, the purpose of the document is to ensure fair labor practices and wages for workers employed in government contracts, promoting compliance with federal pay standards across multiple occupations and sectors.
    The document in question pertains to the submission and review process surrounding federal and state-level Requests for Proposals (RFPs) and grants. It emphasizes the need for clear guidelines and structured methodologies for the evaluation of proposals to ensure transparency and accountability. The objectives outlined include fostering innovation and collaboration within bidding parties, aligning proposals with governmental priorities, and ensuring effective use of federal and state resources. The document suggests that comprehensive criteria should be established for assessing project feasibility, financial viability, and the anticipated impact on community needs. Moreover, the emphasis on collaboration hints at a multi-agency approach to project proposals, encouraging partnerships that can enhance project efficiency and effectiveness. The document underscores the importance of maintaining rigorous standards during the proposal review process while also advocating for flexibility to adapt to evolving community requirements. Overall, the content reflects the necessity for a well-defined framework that supports the effective allocation of government funding through RFPs and grants, ultimately aiming for positive social outcomes and fiscal responsibility.
    The government file outlines the evaluation criteria and process for awarding a contract for Fiber Optic Cable & Installation Support (FOCIS V) using a Lowest Price Technically Acceptable (LPTA) method. The evaluation will identify the lowest-priced offeror whose proposal meets technical requirements, emphasizing the subjective nature of the source selection process. A single D-type contract will be awarded, contingent on compliance with the solicitation requirements. Proposals will be evaluated against a two-fold criteria framework: technical capability and price. Technical evaluation will include a performance history gate and management plan, assessed on a pass/fail basis. Key criteria for acceptance include relevant experience in fiber installation, quality assurance approaches, and safety compliance. Price proposals will be reviewed for completeness, reasonableness, and unbalanced pricing. The Total Evaluated Price (TEP) will be established for competitive assessment. Proposals that fail to meet essential requirements may be deemed unacceptable, with the government maintaining flexibility regarding the initiation of discussions before final awards. Notably, no award will be made until funds are available, and the government reserves the right to cancel the solicitation at any time without obligation to reimburse costs incurred by offerors. This document serves as crucial guidance for potential bidders navigating the RFP process.
    The document outlines the evaluation factors for awarding a contract for Fiber Optic Cable & Installation Support (FOCIS V) through a Lowest Price Technically Acceptable (LPTA) source selection process. It specifies that the award will go to the lowest-priced offeror whose proposal meets technical requirements and is deemed technically acceptable. The evaluation will prioritize relevant performance history, technical approach, and price, with clear criteria for acceptance. Key points include: 1. Proposals must adhere to all solicitation requirements, with an emphasis on compliance and the potential for correction of deficiencies. 2. The evaluation will include an entry gate focusing on offerors' past contract experiences, particularly related to fiber optic and structured cabling installations. 3. Technical proposals will be assessed on a pass/fail basis across management plans and quality assurance. 4. The price evaluation will address completeness, reasonableness, unbalanced pricing, and total evaluated price (TEP), with the objective of ensuring fair competitive pricing. The document stresses that the Government reserves the right to cancel the solicitation if funds are unavailable, highlighting the contingent nature of the award process. This comprehensive framework is vital for ensuring that proposals are fairly evaluated while maintaining budgetary constraints and compliance with federal regulations.
    The solicitation aims to acquire Fiber Optic Cable and Infrastructure Support services for defense activities at Wright-Patterson Air Force Base, Ohio. Offerors must submit proposals adhering to specific guidelines and address all requirements in the Performance Work Statement (PWS). Proposals should include detailed information on technical capabilities, management plans, and pricing structures, and must follow organizational instructions regarding volume submission and format. Key components include a Technical Proposal (Volume 1) demonstrating relevant experience and methodologies for project execution, a Price Proposal (Volume 2) with a completed Pricing Matrix, and Model Contract Documentation (Volume 3) containing necessary certifications and representations. Offerors should present qualifications, management strategies, and compliance with regulations like the Service Contract Labor Standards. Proposals will be evaluated based on technical merit, quality assurance, completeness, and pricing reasonableness. Moreover, communication with the government officials is emphasized to ensure clarity in offer submissions. The overall objective is to ensure effective network infrastructure support while maintaining stringent adherence to safety and quality standards.
    The document outlines an addendum to a solicitation related to Fiber Optic Cable and Infrastructure Support at Wright-Patterson Air Force Base. It delineates instructions for offerors, emphasizing the compliance with FAR 52.212-1 and the Performance Work Statement (PWS). Offerors must submit proposals adhering to specified formats and criteria, including a technical volume that demonstrates methodology and past experience in relevant installations, specifically outside plant fiber and structured internal wiring. The proposal must be organized into three volumes: Technical Proposal, Price and Offer Proposal, and Model Contract Documentation, with distinct guidelines for each section. Notable requirements include quantifiable evidence of past contract experience, compliance with safety protocols, and clear management plans detailing workforce training and quality assurance procedures. Cost proposals must utilize a provided pricing matrix, ensuring completeness and reasonableness of pricing data. Importantly, all proposals must be electronically submitted, with specified successful criteria ensuring that non-compliance could lead to disqualification. The document underscores the government’s commitment to assessing proposals based on thorough evaluation metrics to ensure successful contract fulfillment while maintaining corrective measures and safety standards.
    The document outlines frequently asked questions related to a government RFP, addressing industry inquiries primarily about security clearances and eligibility for contracts. The government confirms that while contractors must eventually obtain a Secret Facilities Clearance (FCL), they may sponsor those without one. Joint Ventures (JVs) can continue to operate under specific criteria regarding FCL possession among members. The RFP also clarifies that contractors primarily handling unclassified materials will require a Secret clearance only for access purposes. Additionally, the document mentions that only the prime offeror's past performance is pertinent for eligibility, and incumbents currently performing the work are identified. It states that no pre-bid site walk will occur due to the task order-driven nature of the contract, but site visits will be conducted after task order funding. Furthermore, the required level of security clearance for onsite personnel is Secret, with one resume necessary for the proposal. The last five years' performance data are referenced for the pricing worksheet, which has been updated. The proposal submission deadline is set for January 9, 2025, with specific instructions for electronic submission, emphasizing the need for clarity and organized documentation.
    The document is an amendment notice pertaining to a federal solicitation and its associated processes. It details the necessary steps contractors must take to acknowledge receipt of the amendment, which includes options for submission through physical return, acknowledgment on submitted offers, or electronic communication. Importantly, the amendment extends the deadline for submitting offers and outlines conditions under which changes to previously submitted offers can be made. The document further specifies that the terms and conditions of the original solicitation remain largely unchanged, except as noted in the amendment. Additionally, it notes the incorporation of provisions related to merit-based opportunities in federal contracts as per Class Deviation 2025-O0003. The amendment emphasizes the importance of adherence to the detailed instructions provided to avoid potential rejection of offers. It serves as a crucial framework for ensuring compliance and clarity in the solicitation process, thereby facilitating efficient contract administration. Overall, the amendment reaffirms the commitment to structured procurement procedures within federal contracting environments.
    The document is a solicitation for a Women-Owned Small Business (WOSB) contract regarding Fiber Optic and Cable Infrastructure Support (FOCIS V), identified by proposal number FA860425RB002. It outlines the requisition information, contract details, and a performance work statement that spans five years, segmented into annual ordering periods. The primary contractor is required to provide labor and materials for the specified services, with the minimum order amount set at $25,000. Pricing structures include firm fixed price and cost-plus-fixed fee arrangements. Additionally, the document includes clauses related to inspections, performance, and subcontracting limitations. It emphasizes compliance with federal regulations and socio-economic provisions, targeting specifically small businesses, including economically disadvantaged and service-disabled veteran-owned entities. This procurement strategy demonstrates the federal government's commitment to supporting small businesses while ensuring quality service and compliance with established regulations. The structure follows standard federal contracting practices, emphasizing the significance of small business participation in fulfilling government contracts.
    The document outlines the Women-Owned Small Business (WOSB) solicitation for the Fiber Optic and Cable Infrastructure Support (FOCIS V) contract associated with Wright-Patterson Air Force Base. It specifies various operational details including requisition and contract numbers, delivery dates, organizational codes, and the scope of work entailed in providing labor and materials over a five-year period, with a minimum order amount of $25,000. Key requirements include performing tasks per the performance work statement and delivering specified materials. The contracting officer holds the authority for contract administration, and the selection process favors small businesses, particularly those owned by women and economically disadvantaged individuals. The estimated total award amount is $19 million, reinforcing the government's commitment to enhancing diversity in procurement. Clauses related to contract terms, subcontracting limitations, and compliance with federal regulations are also specified. Overall, this document serves as a formal request for proposals aimed at enhancing government contracting with WOSBs while ensuring compliance with procurement regulations and outlined service and supply requirements.
    The Women-Owned Small Business (WOSB) contract solicitation pertains to the Fiber Optic and Cable Infrastructure Support (FOCIS V) project at Wright Patterson Air Force Base. The solicitation identifies the requisition and contract numbers, and specifies parameters such as the award date, submission deadlines, and contact details for inquiries. The project encompasses non-personal services for labor in fiber optic infrastructure, material provisions, and delivery terms under a potential five-year contract, which will allow for individual task orders. Notably, the total award amount is set at $19 million, emphasizing the commitment to small businesses, particularly those owned by women and economically disadvantaged individuals. The contract outlines various pricing arrangements including firm-fixed and cost-plus models, reflecting a structured approach to project execution. Compliance with specific federal acquisition regulations and clauses is required, supporting workforce rights and environmental considerations. The document serves to streamline the engagement of WOSBs in government contracts, focusing on promoting equal opportunities and adherence to regulatory standards throughout the procurement process.
    The government document serves as an amendment to a solicitation, detailing changes pertinent to potential contractors responding to a Request for Proposal (RFP). It notes that the deadline for submitting offers has been extended due to the observance of President Jimmy Carter's funeral. The new submission date is set for January 13, 2025. Key procedural points include the requirement for contractors to acknowledge receipt of this amendment either by returning copies of the amendment or through other specified means before the extended deadline. The document underscores the importance of timely acknowledgment, stating that failure to do so could lead to offer rejection. Changes also include updated attachments, with a new Pricing Worksheet version and a revised section of FOCIS V included, while older versions of these attachments have been removed. It highlights that, aside from these specified modifications, all terms and conditions of the previous solicitation/document remain in full effect. Overall, the document aims to clarify the amended terms for affected contractors while ensuring compliance with federal acquisition regulations.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    FY25 Redundant Fiber Optic Cable & Installation
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting quotes for the installation of redundant fiber optic cable at Davis-Monthan Air Force Base in Tucson, Arizona. The project involves the installation of 72 strands of Single Mode Fiber Optic Cable from building 88 to building 306, including necessary surveying, engineering, and removal of existing cabling, with a focus on enhancing network connectivity for Air Force facilities. This procurement is set aside for Historically Underutilized Business (HUBZone) contractors, with a firm-fixed price purchase order to be awarded based on the most advantageous quote considering price and technical capability. Interested contractors must submit their quotes by April 3, 2025, and can direct inquiries to Elisa Montoya at elisa.montoya@us.af.mil or Erick Ramirez Millan at erick.ramirezmillan@us.af.mil.
    PROVIDE, INSTALL, AND MAINTAIN A 1GB ETHERNET SERVICE, BTN: A. (BLDG) MISSION POINT; (RM) 340; (FL) 3; 2601 MISSION POINT BLD; DAYTON, OH, 45431/CCI, AND B. (BLDG) 20676; (RM) 201, 2ND FLR; 2435 5TH STREET, WRIGHT PATTERSON AFB, OH 45433-50611/CCI
    Buyer not available
    The Department of Defense, through the Defense Information Systems Agency (DISA), is soliciting proposals for the provision, installation, and maintenance of a 1GB Ethernet service at two locations in Dayton, Ohio. Contractors must comply with extensive testing and acceptance criteria, ensuring adherence to federal telecommunications standards and specific performance metrics. This telecommunications service is crucial for supporting government operations, emphasizing the need for timely and reliable service delivery. Interested contractors should note that the quote submission deadline is March 26, 2025, with a service activation date set for July 24, 2025. For further inquiries, contact Jennifer Voss at jennifer.n.voss.civ@mail.mil or Angelina Hutson at angelina.hutson.civ@mail.mil.
    CUSTOM CABLES
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting quotes for the procurement of custom cables through a Request for Quotation (RFQ) numbered FA8307-25-Q-B035. This opportunity is a 100% Small Business Set-Aside, aiming to acquire 285 units of a specific item (NSN: 5995-01-496-3703CS, PN: FL51242-5) under Simplified Acquisition Procedures. The goods are essential for communication equipment, reflecting the Air Force's commitment to engaging small businesses while adhering to stringent procurement standards. Interested bidders must submit their quotes by March 31, 2025, and can contact Rolando Pasayan at rolando.pasayan.1@us.af.mil for further details.
    97 IS NIPR Expansion Project (Offutt AFB, NE)
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals from small businesses for the 97 IS NIPR Expansion Project at Offutt Air Force Base in Nebraska. This project involves the engineering, installation, and testing of new premise wiring and network equipment to enhance the Non-classified Internet Protocol Router Network (NIPRNet) capabilities, addressing a shortfall of approximately 156 network ports across various office spaces. Interested vendors must register in the System for Award Management (SAM) and submit their proposals by March 13, 2025, following the outlined evaluation criteria that emphasize price, technical capability, and past performance. For further inquiries, potential offerors can contact Elle Gross at elselarang.gross.2@us.af.mil or Tyler Imhoff at tyler.imhoff.1@us.af.mil.
    250 & 350 KCMIL Cable
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the procurement of 250 KCMIL and 350 KCMIL cables, with a focus on participation from small businesses, particularly those owned by women. The procurement requires that the cables meet specific technical specifications, including a 15KV rating and various insulation levels, and must be factory-tested prior to shipment to ensure compliance with established safety and functionality standards. These cables are critical for electrical applications within military installations, emphasizing the importance of quality and reliability in government contracting. Interested vendors should contact Kishauna Goodman at kishauna.goodman@us.af.mil or Shaunannette Watson at shaunannette.watson@us.af.mil for further details, with proposals due by the specified deadlines outlined in the solicitation document.
    Distributed Antenna System (DAS) Maintenance
    Buyer not available
    The Defense Health Agency (DHA) is seeking qualified contractors to provide maintenance services for a multi-vendor Distributed Antenna System (DAS) at Wright-Patterson Air Force Base in Ohio. The contract will encompass both preventative and remedial maintenance as outlined in the Performance Work Statement (PWS), with a focus on enhancing communication systems while promoting participation from small businesses, particularly those owned by service-disabled veterans and women. This procurement is critical for ensuring the operational efficiency of telecommunications services within the military healthcare environment. Interested contractors must submit their quotes via email to Regina Flowers by March 24, 2025, and are encouraged to direct any questions regarding the solicitation to her by March 14, 2025.
    Off Base Lease (OBL-2): Wright-Patterson Air Force Base, Ohio
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for a Design-Build project at Wright-Patterson Air Force Base in Kettering, Ohio, under the Off Base Lease (OBL-2) initiative. This procurement is aimed at military construction and maintenance tasks, with a contract value estimated between $500,000 and $1,000,000, and proposals are due by March 13, 2025. The project emphasizes compliance with federal labor laws, including the Davis-Bacon Act, and requires contractors to maintain accurate as-built drawings and participate in inspections. Interested contractors should contact Megan Murphy at megan.r.murphy@usace.army.mil for further details and are encouraged to attend a site visit scheduled for February 26, 2025, with an RSVP deadline of February 24, 2025.
    PROVIDE, INSTALL, AND MAINTAIN A CHANNELIZED OC-12 (622.08MB) BETWEEN (BLDG) NH-95,(ROOM) A141, 7927 INGERSOL STREET, NORFOLK, VA(HMPTNRDS/CCI) AND (BLDG)2904,(ROOM) FRAME, 1195 JABARA AVENUE, SEYMOUR JOHNSON AFB, NC(SYMJHAFB/CCI)
    Buyer not available
    The Department of Defense, through the Defense Information Systems Agency (DISA), is soliciting proposals for the provision, installation, and maintenance of a channelized OC-12 (622.08MB) circuit between two military locations: Building NH-95 in Norfolk, VA, and Building 2904 at Seymour Johnson AFB, NC. The contract requires contractors to ensure service availability of at least 99.5% and to complete installation by August 3, 2025, while adhering to all technical specifications and testing parameters outlined in the Request for Proposal (RFP). This telecommunications infrastructure is critical for supporting military operations and maintaining high standards in defense communications. Interested contractors must submit their proposals via the government’s electronic system by April 5, 2025, and can direct inquiries to Jennifer Voss or Angelina Hutson at the provided email addresses.
    PROVIDE, INSTALL, AND MAINTAIN A CHANNELIZED OC-12 (622.08MB) BETWEEN (BLDG) 2401, (ROOM) COMM, CAMP FEDERAL LANE, SEYMOUR JOHNSON AFB, NC(SYMJHAFB/CCI) AND (BLDG) 1-1434, (ROOM) 6, 3338 SCOTT ST, FT LIBERTY, NC
    Buyer not available
    The Department of Defense, through the Defense Information Systems Agency (DISA), is seeking contractors to provide, install, and maintain a channelized OC-12 telecommunications connection between Seymour Johnson Air Force Base and Fort Liberty, North Carolina. The contract, which spans a duration of 60 months, requires compliance with stringent technical specifications, including a minimum service availability of 99.5% and successful completion of a 72-hour end-to-end test prior to service commencement on August 3, 2025. This procurement is critical for enhancing military communication infrastructure, ensuring reliable connectivity between key facilities. Interested vendors should direct inquiries to Jennifer Voss or Angelina Hutson via email for further details on the submission process and requirements.
    PROVIDE, INSTALL, AND MAINTAIN A 100MB ETHERNET POINT TO POINT AT (BLDG) 1040; (RM) W107; (FL) 1; 5201 FLIGHT LINE DR; OKLAHOMA CITY, OK, 73179 AND (BLDG) 3900; (RM) 147; (FL) 1; BLDG 3900, 8705 INDUSTRIAL BLVD, TINKER AFB, OK 73145-33552.
    Buyer not available
    The Department of Defense, through the Defense Information Systems Agency (DISA), is seeking proposals for the provision, installation, and maintenance of a 100MB Ethernet point-to-point service at two military locations in Oklahoma City and Tinker Air Force Base. Contractors must meet specific technical requirements, provide detailed price quotations, and ensure compliance with federal telecommunications standards, including the prohibition of certain foreign equipment. This procurement is critical for enhancing communication infrastructure within military operations, and interested bidders must submit their quotes by April 10, 2025, via the Integrated Defense Enterprise Acquisition System (IDEAS) or an alternative email for those without access. For further inquiries, interested parties may contact Shannon Scheffel or Dale Rupright via their provided email addresses.