Fiber Optic Cable Installation B230-B226N, Columbus AFB, MS
ID: FA302224Q0353Type: 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)

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 seeking contractors for the installation of 12-strand single mode fiber optic cables between Information Transfer Building (ITB) 230 and Building 236N at Columbus Air Force Base, Mississippi. The selected contractor will be responsible for engineering, furnishing, installing, and testing the fiber optic cables, ensuring compliance with TIA telecommunications standards and providing all necessary materials and labor. This project is crucial for enhancing communication infrastructure at military installations and is set aside exclusively for small businesses, with a submission deadline for proposals on September 10, 2024. Interested vendors should direct inquiries to Susan N. Jago at susan.jago.1@us.af.mil or call 662-434-3350 for further information.

    Files
    Title
    Posted
    The Statement of Work (SOW) outlines the requirements for the engineering, procurement, installation, and testing of a 12-strand single mode fiber optic cable from Information Transfer Building (ITB) 230 to Building 236N at Columbus Air Force Base (AFB), MS. The contractor is tasked with providing all necessary materials, labor, and compliance with federal and base standards, focusing on safety, environmental regulations, and quality assurance throughout the process. Key responsibilities include coordinating site safety, managing confined space operations, and ensuring proper reporting of any incidents. The contractor must also arrange the installation of fiber optic infrastructure, including cable and distribution panels, ensuring accurate labeling and adherence to telecommunications standards. Regular communication with the Integrated Process Team (IPT) is required, with weekly status reports detailing progress and issues. The project has a designated performance period of 120 days, with work primarily conducted during normal duty hours. The contractor's deliverables include as-built drawings and test reports, demonstrating compliance with established telecommunications guidelines. This SOW reflects the government's commitment to upgrading essential communication infrastructures while ensuring safety and operational efficiency at the base.
    The document FA302224Q0353 outlines solicitation clauses relevant to a federal Request for Proposals (RFP). It incorporates various clauses concerning compliance, contractor responsibilities, and specific operational requirements relevant to government contracts. Key topics include regulations related to compensation of former officials, cybersecurity protocols for safeguarding defense information, and prohibitions against contracting with entities that engage in specified sensitive activities (e.g., associated with the Maduro regime). Main clauses address employee whistleblower rights, electronic submission procedures for payment requests, and protest procedures post-award assessments. The document mandates adherence to the Buy American Act and specifies representations required from offerors regarding their business operations, particularly in relation to foreign policies and standards for small businesses. The structure includes cited clauses and a detailed explanation of requirements, establishing necessary compliance measures for contractors participating in federal projects. By ensuring clarity in these expectations, the document aims to promote transparency, accountability, and regulatory adherence among contractors engaged with government entities.
    The document outlines several critical clauses from the Defense Acquisition Federal Acquisition Regulation Supplement (DAFFARS) pertaining to contractor responsibilities and procedures for accessing Department of the Air Force facilities. Key clauses include the appointment of an ombudsman to address concerns and facilitate resolutions, mandatory antiterrorism awareness training for contractors accessing military installations, health and safety obligations on government installations, and requirements for obtaining contractor access to Air Force installations. The ombudsman clause specifies the process for addressing unresolved concerns, emphasizing that issues must first be directed to contracting officers. The antiterrorism training clause mandates that contractor personnel complete awareness training within 30 days of access and annually thereafter. The health and safety clause requires contractors to take precautions to ensure safety, with violations potentially leading to contract termination. Lastly, the contractor access clause outlines procedures for obtaining identification passes and compliance with security regulations. Collectively, these clauses ensure the safety, security, and effective communication between contractors and the Department of the Air Force during contract execution.
    The document pertains to a U.S. federal wage determination for contracts, specifically under the FA302224Q0353 request for proposals (RFP). It outlines the prevailing wage rates for various labor categories required for compliance with federal contracting regulations. This compilation includes detailed classifications of laborers along with their respective pay scales, which reflect adjustments for geographic location and economic conditions. The document serves to ensure that all contractors adhere to equitable compensation practices for workers engaged in federally funded projects. By establishing these wage guidelines, the government aims to promote fair labor standards and support local economies. Compliance with this wage determination is mandatory for contractors bidding on federal grants and RFPs at state and local levels, reinforcing the importance of maintaining fair labor practices in government-funded initiatives.
    The Columbus Air Force Base has issued a Request for Proposal (RFP) for a project requiring the installation of 12-strand single mode nonmetallic fiber optic cables between specific buildings (B230 and B236N). The project is designated under the NAICS code 238210 and is a 100% small business set-aside with a size standard of $19 million. Contractors must furnish all necessary materials, comply with TIA telecommunications standards, and provide new, unrefurbished equipment. The solicitation process follows the combined synopsis/solicitation format as per federal regulations, requiring submissions by September 10, 2024, and allowing for inquiries until September 9, 2024. A Pricing Schedule is attached, detailing contract line items and delivery expectations, with directions for obtaining more information on specific clauses and provisions. The point of contact for submissions and questions is Susan Jago. This project underscores the federal government's commitment to infrastructure improvement at military installations while promoting small business participation in government contracting. Compliance with all federal acquisition regulations and the documentation required for submission is vital for interested vendors.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    COB RF/Conduit Install
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the installation of shielded RF cables and conduit at Whiteman Air Force Base, Missouri. The contractor will be responsible for providing all necessary labor, equipment, and materials to install RF cables from the ACS lab patch panel to the roof cabinet in building 38, in support of B-2 operations. This project is critical for enhancing communication systems within military operations, ensuring operational readiness and compliance with RF regulations. Interested small businesses must submit their quotes by September 18, 2024, at 3:00 PM CST, to the designated contacts, with all submissions requiring a validity period of 60 days and adherence to federal acquisition regulations.
    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, is soliciting quotes for the installation of Gray Eagle D/82 fiber optic cables at Mackall Army Airfield in North Carolina. The project involves the removal of degraded fiber optic cables and the installation of new outdoor-rated multimode fiber, with a total length of approximately 5,600 feet, to restore communication capabilities essential for Unmanned Aircraft Systems (UAS) operations. This procurement is part of a total small business set-aside under NAICS code 238210, emphasizing the government's commitment to supporting small businesses while ensuring robust communication infrastructure at military installations. Interested vendors must submit their quotes by 1700 Eastern Standard Time on September 20, 2024, and direct any questions to the primary contact, Francisco J. Noda Merly, at francisco.j.nodamerly.mil@army.mil.
    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.
    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.
    Fire/Jockey Pump Transfer Switch
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the installation of a fire pump transfer switch and jockey pump controller at Columbus Air Force Base in Mississippi. The project involves providing all necessary management, tools, supplies, equipment, and labor to install an Eaton Soft Start Fire Pump Controller and Jockey Pump Controller, ensuring compatibility with the existing fire alarm system, along with related piping and connections. This procurement is critical for enhancing safety and operational efficiency at the military facility, with a total small business set-aside under FAR 19.5. Interested contractors must submit their offers by 19 September 2024 at 3 PM CST, and can direct inquiries to Bryson Cassidy or Carson Songy via the provided email addresses.
    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 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.
    PROVIDE, INSTALL, AND MAINTAIN AN UNPROTECTED TRANSPARENT OTU-2 (10.709GB) LEASE BETWEEN BLDG 118, ROOM 153, 5319 REGULA AVENUE, SPRINGFIELD, OH 45502 AND BLDG 10271, ROOM 128, 2721 SACRAMENTO STREET, WRIGHT PATTERSON AFB, OH 45433
    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 an unprotected transparent OTU-2 (10.709GB) lease between two specified locations in Springfield, OH, and Wright Patterson AFB, OH. The procurement aims to secure telecommunications services essential for operational connectivity, with the requirement categorized under the Wired Telecommunications Carriers industry (NAICS code 517111). Interested vendors should note that the solicitation follows a Combined Synopsis/Solicitation format, and proposals will be evaluated using the lowest price technically acceptable (LPTA) method. For further details, including submission deadlines and evaluation criteria, interested parties can contact John Beckman or Dale Rupright via email at their respective addresses.
    PROVIDE, INSTALL, AND MAINTAIN A OTU-4(111.809GB) BETWEEN BLDG 730, ROOM 132, 84 NORTH ASPEN STREET, BUCKLEY SFB, CO 80011-9518 (BCKLYSFB/RD1) AND BLDG 64, ROOM 6 1321 3RD STREET, INDIAN SPRINGS, CREECH AFB, NV 89018 (CRECHAFB/RD7)
    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 an OTU-4 telecommunications system between Buckley Space Force Base in Colorado and Creech Air Force Base in Nevada. This procurement aims to secure commercial telecommunications services, specifically focusing on satellite communications and telecom access services, which are critical for maintaining effective communication capabilities within military operations. Interested vendors should note that the solicitation follows a request for quote (RFQ) format, with evaluations based on the lowest price technically acceptable (LPTA) criteria. Proposals are due by the specified deadline, and interested parties can contact Robyn Tebbe or Kevin Knowles via email for further information.
    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.