Fiber Optic Cable Installation B151-152 - Columbus AFB, MS
ID: FA302224Q0357Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA3022 14 CONS LGCACOLUMBUS, MS, 39710-0001, USA

NAICS

Electrical Contractors and Other Wiring Installation Contractors (238210)

PSC

INSTALLATION OF EQUIPMENT- ELECTRIC WIRE AND POWER DISTRIBUTION EQUIPMENT (N061)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the installation of 12-strand single mode fiber optic cable between buildings B151 and B152 at Columbus Air Force Base, Mississippi. The contractor will be responsible for engineering, furnishing, installing, and testing the fiber optic cable, as well as providing all necessary equipment, tools, materials, and labor in accordance with the Statement of Work (SOW) and applicable regulations. This project is crucial for enhancing telecommunications infrastructure at the base and is set aside for small businesses with a size standard of $19 million under NAICS code 238210. Interested contractors must submit their quotes via email by 4:30 PM CST on September 10, 2024, and direct any questions by 1:00 PM CST on September 9, 2024, to the primary contact, SrA Brendan Lane, at brendan.lane.3@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The Statement of Work (SOW) outlines the requirements for the engineering, installation, testing, and provisioning of 12-strand single mode fiber optic cable from Building 151 to HH 510B at Columbus Air Force Base, MS. The contractor is responsible for supplying all necessary resources, following the applicable safety, security, and environmental regulations. Key requirements include compliant construction practices, coordination of safety operations, permits for excavation, and adherence to standards for materials and installations. The SOW further emphasizes the need for quality assurance, detailing responsibilities for project management and reporting at various stages of implementation. The contractor is also required to oversee site conditions, maintain environmental compliance, and ensure minimal disruption during installation. Furthermore, the document includes specifications for cable installation, labeling, testing, and the proper disposal of project waste in accordance with environmental regulations. All work is expected to complete within 120 days post-contract award, prioritizing organizational protocols and effectiveness throughout the process. The comprehensive guidelines reflect the government's commitment to maintaining operational integrity while upgrading essential telecommunications infrastructure.
    The document constitutes solicitation FA302224Q0357, outlining clauses for federal contracts. It integrates references to DoD regulations like compensation for former officials and whistleblower rights, cybersecurity standards, and prohibitions against contracting with entities linked to specific regimes or engaged in sensitive technology transactions. Additionally, it details payment processes through the Wide Area Workflow (WAWF) system, emphasizing electronic submissions for efficiency and compliance. Key factors for evaluating offers include price, technical capability, and past performance, reflecting a commitment to transparent and competitive procurement. The extensive clause list underscores the importance of adherence to federal contracting standards, particularly regarding small business status, ethical practices, and environmental considerations. This solicitation document serves as a guide for potential contractors, elucidating mandatory requirements while fostering accountability and integrity within the procurement process.
    The DAFFARS Clauses (FA302224Q0357) document outlines critical regulations for contractors working with the Department of the Air Force. It includes four main clauses aimed at ensuring ethical practices, environmental safety, health standards, and access procedures. The Ombudsman clause establishes a mechanism for resolving concerns from offerors while emphasizing that initial issues must be directed to the contracting officer. The Elimination of Use of Class I Ozone Depleting Substances mandates that contractors must refrain from using certain harmful substances in their work. The Health and Safety clause requires contractors to ensure the safety of all personnel and adhere to Department of the Air Force standards, with non-compliance potentially leading to contract termination. Lastly, the Contractor Access clause details the procedures for contractors to gain secure entry to installations, including the need for identification and vehicle passes. These provisions underscore the government's commitment to environmental protection, safety, and efficient contractor management, essential in the context of federal acquisitions and grants.
    The document pertained to federal government Requests for Proposals (RFPs) and grants, detailing processes, requirements, and wage determinations pertinent to labor classifications for various projects. It aimed to ensure compliance with federal regulations, focusing on proper contracting procedures, eligibility criteria, and labor rate evaluations for bids associated with public work contracts. The file outlines key elements such as the necessity for contractors to meet wage determinations and comply with local, state, or federal laws. Additionally, it emphasizes the importance of transparency throughout the bidding process, instructing potential contractors on requisite documentation and response timelines. The overarching goal is to facilitate fair competition, safeguard workers' rights, and maintain quality standards in government-funded projects. The document serves as a critical resource for those intending to engage in contractual work within the governmental framework, highlighting the balance between governance and fair labor practices. Overall, the content provided extensive guidelines aimed at fostering equitable and sustainable practices in federal contracting.
    This document is a combined synopsis/solicitation for a contract to install Single Mode Fiber Optic Cable between buildings B151 and B152 at Columbus Air Force Base, MS. The solicitation, identified as FA302224Q0357, is set aside for small businesses with a size standard of $19 million, under the NAICS code 238210, which pertains to electrical and wiring installation contractors. The contractor is responsible for engineering, furnishing, installing, and testing the fiber optic cable, including a required duct bore, in compliance with the TIA telecommunications standards. Submissions must be received by September 10, 2024, with questions due by September 9. Offers will be evaluated based on the criteria outlined in the solicitation, which emphasizes adherence to federal acquisition regulations. The point of contact is SrA Brendan Lane. The document includes details on the pricing schedule and various attachments that elaborate on the requirements, terms, and conditions related to the solicitation. The document’s structure comprises various sections, including the requirement description, terms for submission, evaluation criteria, and relevant clauses, ensuring clarity for potential contractors about the expectations and procedural guidelines for participation in this procurement opportunity.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    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.
    RFQ: Fiber Optic Kits
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the procurement of Fiber Optic Kits, including two ARINC 801 Aviation Fiber Optic Termination Kits and two Optical Loss Test Sets (OLTS). These kits are critical for the construction, troubleshooting, and repair of ARINC 801 Fiber Optic components, ensuring the Army National Guard's technical capabilities are enhanced with quality equipment. Interested vendors must submit their quotes by 3:00 P.M. Central Daylight Time on September 20, 2024, with questions due by September 17, 2024. Proposals must be sent electronically to the designated contacts, Douglas Young and Stephen Miller, at their respective email addresses.
    SUBMIT A QUOTE TO PROVIDE, INSTALL, AND MAINTAIN A OTU-2 (10.709GB) LEASED ACCESS CIRCUIT BETWEEN 2721 SACRAMENTO STREET, WRIGHT PATTERSON AFB, OH 45433-5061 AND 3367 W DICKMAN RD, BATTLE CREEK AIR NATIONAL GUARD BASE, BATTLE CREEK, MI 49037.
    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 an OTU-2 (10.709GB) leased access circuit connecting Wright Patterson AFB in Ohio to the Battle Creek Air National Guard Base in Michigan. This procurement aims to secure telecommunications services essential for operational connectivity, with the selected contractor required to comply with various federal acquisition regulations and provide detailed pricing for both recurring and non-recurring charges. Quotes are due by October 14, 2024, at 4:00 PM CST, and interested parties should direct inquiries to Maxwell Jones at maxwell.s.jones.civ@mail.mil or by phone at (618) 418-6946.
    B267 Expand Hazardous Waste Facility
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the expansion of the hazardous waste storage facility at Columbus Air Force Base in Mississippi. The project involves site preparation, foundation laying, construction of block walls, installation of a roof, and the addition of safety features such as explosion-proof electrical equipment and fire protection systems. This expansion is crucial for enhancing the facility's capacity to manage hazardous waste safely and in compliance with federal regulations. Interested contractors must submit their proposals by September 12, 2024, and are encouraged to attend a site visit on September 10, 2024, to better understand the project requirements. The estimated contract value ranges between $250,000 and $500,000, and inquiries can be directed to Daniel Stilts at daniel.stilts@us.af.mil or LiConstance Hayes at 14cons.pka.construction@us.af.mil.
    WPAFB Commercial Internet and Cable Television (CATV) Services
    Active
    Dept Of Defense
    The Department of Defense, through the Air Force Life Cycle Management Center (AFLCMC), is seeking capabilities from small businesses to provide commercial internet and cable television (CATV) services at Wright-Patterson Air Force Base (WPAFB), Ohio. The procurement aims to establish a Firm-Fixed Price contract for a base year with four one-year options, focusing on delivering reliable broadband and CATV services to support base personnel across various locations and facilities. The Performance Work Statement outlines specific service requirements, including internet speed tiers, maintenance protocols, and CATV programming, while emphasizing the need for high service reliability and adherence to security protocols. Interested firms must submit their capabilities packages by September 19, 2024, at 12:00 PM Eastern Time, to the primary contacts Jennifer Blackford and Shannon Scott via the provided email addresses.
    SUBMIT A QUOTE TO PROVIDE, INSTALL, AND MAINTAIN A UNPROTECTED, TRANSPARENT LEASED OTU-2 BETWEEN BLDG 1000, ROOM 222, FL SL1, 900 SAC BLVD, OFFUT AFB, NE AND BLDG 110, ROOM 201, 1400 32ND AVENUE NORTH, FARGO, ND 58102.
    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 an unprotected, transparent leased OTU-2 telecommunications service between Offutt Air Force Base, NE, and Fargo, ND. This procurement is aimed at fulfilling essential telecommunications needs, specifically under the Wired Telecommunications Carriers industry, as denoted by the NAICS code 517111. Interested vendors must submit their quotes by October 14, 2024, at 4:00 PM CST, with all proposals directed to DITCO Scott AFB, IL. For further inquiries, potential bidders can contact Maxwell Jones at maxwell.s.jones.civ@mail.mil or Dale Rupright at dale.l.rupright.civ@mail.mil.
    SUBMIT A QUOTE TO PROVIDE, INSTALL, AND MAINTAIN A UNPROTECTED, TRANSPARENT LEASED OTU-2 BETWEEN150 CANBERRA STREET, BATTLE CREEK AIR NATIONAL GUARD BASE, BATTLE CREEK, MI 49037 AND 5534 PRYOR DRIVE, SCOTT AFB, IL.
    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 an unprotected, transparent leased OTU-2 telecommunications service between Battle Creek Air National Guard Base in Michigan and Scott Air Force Base in Illinois. The procurement requires compliance with specific commercial item terms and conditions, including the submission of detailed pricing for both recurring and non-recurring charges, as outlined in the solicitation. This telecommunications service is crucial for maintaining effective communication capabilities within the military infrastructure. Quotes are due by October 14, 2024, at 4:00 PM CST, and interested vendors should direct inquiries to Maxwell Jones at maxwell.s.jones.civ@mail.mil or by phone at (618) 418-6946.
    Commercial High-Speed Internet Service Provider (CISP) Services
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking a qualified contractor to provide Commercial High-Speed Internet Service Provider (CISP) services at Tinker Air Force Base in Oklahoma. The contract requires the delivery of a minimum bandwidth of 2 Gbps, with the potential to increase to 6 Gbps, ensuring 99.9% coverage availability across designated locations on the base. This procurement is critical for maintaining operational efficiency and connectivity at the base, with a contract term of 36 months and an option for an additional year. Proposals are due by September 20, 2024, at 3:00 PM CST, and interested parties should contact Donald Wallar at donald.wallar@us.af.mil for further information.
    SUBMIT A QUOTE TO PROVIDE, INSTALL, AND MAINTAIN A UNPROTECTED, TRANSPARENT LEASED OTU-2 DISA IE1 BACKBONE TRUNK BETWEEN BLDG 1000, ROOM 222, FL SL1, 900 SAC BLVD, OFFUT AFB, NE AND BLDG 110, ROOM 201, 1400 32ND AVENUE NORTH, FARGO, ND 58102.
    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 an unprotected, transparent leased OTU-2 DISA IE1 backbone trunk between specific locations at Offutt Air Force Base, NE, and Fargo, ND. The procurement requires compliance with commercial item terms and conditions, including the submission of detailed pricing for both recurring and non-recurring charges, as outlined in the solicitation. This telecommunications service is critical for ensuring reliable communication infrastructure within the defense sector. Quotes are due by October 14, 2024, at 4:00 PM CST, and interested parties should direct inquiries to Maxwell Jones at maxwell.s.jones.civ@mail.mil or Dale Rupright at dale.l.rupright.civ@mail.mil.
    PROVIDE, INSTALL, AND MAINTAIN A NEW OTU-2 (10.709GB) LEASED ACCESS CIRCUIT ON THE BETWEEEN BLDG 1052, ROOM 101, FLOOR 1, 1321 3RD STREET, CREECH AFB, NV 89018 AND BLDG P6, NETWORK ROOM, 4450 GRISSOM AVENUE, NELLIS AFB, NV 89191
    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 new OTU-2 (10.709GB) leased access circuit connecting Creech Air Force Base (AFB) and Nellis AFB in Nevada. The procurement aims to enhance telecommunications infrastructure, which is critical for military operations and connectivity between bases. This opportunity is classified under the NAICS code 517111 for Wired Telecommunications Carriers, and it will utilize a Lowest Price Technically Acceptable (LPTA) source selection process for evaluating quotes. Interested vendors must submit their proposals by the specified deadline and can contact Jennifer Voss or Angelina Hutson via email for further information.