RFQ - 36 WG Giant Voice System - Cable Relocation (GUAM)
ID: FA524025Q0011Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA5240 36 CONS LGCAPO, AP, 96543-4040, USA

NAICS

Electrical Contractors and Other Wiring Installation Contractors (238210)

PSC

WIRE AND CABLE, ELECTRICAL (6145)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, through the Department of the Air Force, is soliciting quotes for the relocation of the Giant Voice System cable at Andersen Air Force Base in Guam. The primary objective of this procurement is to reroute the RF antenna connection cables through a conduit, ensuring proper grounding and functionality while adhering to safety regulations. This project is critical for maintaining operational infrastructure, as the Giant Voice System is essential for communication during emergencies. Interested small businesses must submit their quotes by February 14, 2025, and are encouraged to attend a pre-proposal site visit on February 7, 2025, to familiarize themselves with the project site. For further inquiries, potential bidders can contact Crystal Pryde at crystal.pryde.1@us.af.mil or Elena Gifford at elena.gifford.1@us.af.mil.

    Files
    Title
    Posted
    The document outlines a Statement of Work for the Department of the Air Force regarding the relocation of Giant Voice RF antenna connection cables at Andersen Air Force Base, Guam. The main purpose of the contract is to reroute these cables from their current location through a conduit as a permanent solution. The contractor must ensure proper grounding of the RF antenna, adequate separation from other antennas, and verify the GPS antenna's functionality. The document stipulates that the contractor is responsible for providing all necessary equipment and personnel while adhering to safety regulations. Notably, the government will supply the Giant Voice antenna cables. The contract performance period is set for 30 days, with specific work hours outlined. Liability is placed on the contractor for any damage due to negligence, and security protocols, including vehicle regulations and identification requirements, are detailed to maintain compliance on the base. Overall, this contract emphasizes safety, compliance with government standards, and adequate construction practices.
    The document FA524025Q0011 outlines compliance clauses and requirements for contractors engaging with the Department of Defense (DoD) in various capacities. It includes numerous clauses related to former DoD officials, whistleblower rights, antiterrorism training, safeguarding defense information, and the prohibition of acquiring telecommunications equipment from certain regimes. Specific clauses address the representation and certifications needed from offerors regarding their business operations, adherence to taxation regulations, and certifications around child labor and manufacturing origins. Furthermore, sections address electronic submission for payment requests, definitions of small business classifications, and compliance with environmental standards. The document serves as guidance for government solicitations, ensuring contractors understand and fulfill legal and ethical standards while submitting bids for federal contracts. It emphasizes transparency, accountability, and adherence to regulations governing federal acquisitions and contractor conduct.
    The solicitation FA524025Q0011 details a pre-proposal site visit for the Giant Voice System Cable Relocation project. Scheduled for 7 February 2025 from 9:00 to 10:00 AM (ChST), the visit will occur at the 36 Wing Command Post and Installation Control Center in Building 21007. The purpose is to allow prospective bidders to examine the site and understand local conditions impacting contract performance, as mandated by FAR 52.237-1. Each offeror may send a maximum of two personnel, who must register via email by 30 January 2025. Those with base access report directly to the building, while those without must arrive earlier to undergo security checks at the AAFB North Gate Visitors Center. Contact points are provided for logistical coordination, including TSgt Jessica Macias and MSgt Anthony Betancourt. The document emphasizes compliance with installation access requirements and outlines necessary protocols for attending the site visit, ensuring transparency and preparedness for industrial participants.
    The Department of the Air Force, through the 36th Wing at Andersen Air Force Base, issued a Request for Quotes (RFQ) for the relocation of the Giant Voice System Cable. This synopsis serves as a combined solicitation under NAICS code 238210, exclusively set aside for small businesses with a size standard of $19 million. The submission deadline for quotes is set for 14 February 2025. The primary task involves relocating the Giant Voice System cable, with specific details outlined in the Statement of Work contained in Attachment 1. An optional site visit is scheduled for 7 February 2025, requiring advance coordination. Evaluations will focus on technical acceptability and price, aiming for a Firm Fixed Price (FFP) contract with an emphasis on obtaining the best value for the Government. Vendors must be registered in the System for Award Management (SAM) and include all required identification information in their submissions. Failure to comply with submission guidelines may lead to disqualification. Inquiries must be directed to specified Government email addresses by given deadlines, reinforcing the importance of adherence to the procurement process. This initiative underscores the Agency's commitment to efficient sourcing for critical operational infrastructure.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    FY24 MCON P-614 JOINT CONSOLIDATED COMMUNICATIONS CENTER, US JOINT REGION MARIANAS, ANDERSEN, GUAM
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Systems Command Pacific (NAVFAC), is soliciting proposals for the construction of the Joint Consolidated Communications Center at Andersen Air Force Base in Guam, under the FY24 Military Construction budget. The project, estimated to cost between $100 million and $250 million, requires comprehensive documentation from bidders, including financial statements and evidence of performance capabilities, to ensure compliance with federal regulations. This initiative is crucial for enhancing military communications infrastructure and operational efficiency. Interested contractors must submit their proposals by May 14, 2025, and can direct inquiries to primary contact Merbby Corpuz at merbbyjoyce.n.corpuz.civ@us.navy.mil or by phone at 808-474-4550.
    DRAFT SYNOPSIS - MATOC for Architect-Engineering (A/E) Services for FSRM and MILCON Title I and Title II projects at Andersen AFB
    Buyer not available
    The Department of Defense, through the Air Force Installation Contracting Center, is seeking qualified small business architect-engineering firms to provide services for Facility Sustainment, Restoration, and Maintenance (FSRM) and Military Construction (MILCON) Title I and Title II projects at Andersen Air Force Base in Guam. The procurement aims to establish a Multiple Award Task Order Contract (MATOC) with a total ceiling of $930 million, anticipating awards to approximately six firms, including two designated for HUBZone businesses. These services are critical for maintaining and enhancing military infrastructure in the Joint Region Marianas, ensuring compliance with federal standards and addressing the unique challenges of projects in tropical environments. Interested firms must submit their qualifications using the SF330 form, with a deadline for submissions expected approximately 30 days after the final synopsis is posted, which is anticipated in February 2025. For further inquiries, potential offerors can contact Brindle Summers at brindle.summers@us.af.mil or Jean Stevens at jean.stevens.1@us.af.mil.
    AJJY 22-1058 Repair Tie Feeder Circuit P-84 and P-85
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors to repair the Tie Feeder Circuit P-84 and P-85 located in Yigo, Guam. This project falls under the NAICS code 238210, which pertains to Electrical Contractors and Other Wiring Installation Contractors, and is categorized as a repair or alteration of airport runways and taxiways. The opportunity is set aside for Historically Underutilized Businesses (HUBZone), emphasizing the government's commitment to supporting small businesses in designated areas. Interested parties should reach out to A1C Sir Rashaliq I. Hankerson at sirrashaliq.hankerson@us.af.mil or Katrina Pangelinan at katrina.pangelinan@us.af.mil for further details.
    Microphone Installation Project
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for a Microphone Installation Project at Eielson Air Force Base in Alaska. The project aims to upgrade communication systems by installing ceiling-mounted beam-forming microphones and digital audio processors in multiple theater spaces to enhance clarity during briefings and video teleconferences. This initiative is crucial for improving operational communication capabilities within military training environments, ensuring that personnel can effectively engage from their seats. The contract, valued at approximately $19 million, is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and is scheduled for performance from March 24, 2025, to August 29, 2025. Interested contractors can reach out to Camden Chan at camden.chan@us.af.mil or Mason Hawkins at mason.hawkins.1@us.af.mil for further details.
    Replace AFN Radio Transmission Tower, Camp Kinser, Okinawa, Japan
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the replacement of the AFN Radio Transmission Tower at Camp Kinser, Okinawa, Japan. The project entails the demolition of the existing tower and foundation, construction of a new foundation, and installation of necessary fencing and power cabling, with strict adherence to environmental and safety regulations. This initiative is crucial for maintaining military communication infrastructure, ensuring operational readiness while complying with local and federal standards. Interested contractors must submit sealed offers by May 16, 2025, with a bid estimate ranging from ¥100 million to ¥500 million, and are encouraged to contact Norman Roldan at norman.roldan.civ@usace.army.mil for further inquiries.
    Baseband Interface Group (BIG) Ground and Airborne Variant Production
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking information from potential vendors regarding the production of the Baseband Interface Group (BIG) Ground and Airborne Variant systems. This procurement aims to identify capable suppliers who can meet the technical and operational requirements for these critical communication systems, which play a vital role in military operations. Interested parties are encouraged to reach out to the primary contact, Brittany Desilets, at brittany.desilets@us.af.mil, or the secondary contact, Luis Fraguada, at luis.fraguada@us.af.mil, for further details on the sources sought notice.
    Goodfellow AFB Commercial Telephone Service
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the provision of commercial telephone services at Goodfellow Air Force Base (AFB) in Texas. The contract aims to ensure 24/7/365 telephone access with a minimum availability of 99.9%, integrating long-distance and ancillary services while adhering to federal standards and regulations. This procurement is critical for maintaining effective communication capabilities essential to military operations. Interested vendors, particularly Women-Owned Small Businesses (WOSB), should direct inquiries to Vonda Johnston at vonda.johnston.1@us.af.mil or SSgt James Molden at james.molden@us.af.mil, with proposals due by the specified deadlines outlined in the solicitation documents.
    Unify Telephone Console Systems
    Buyer not available
    The Department of Defense, through the 319th Contracting Squadron, is soliciting quotes for the maintenance and support of Unify Telephone Console Systems at Grand Forks Air Force Base in North Dakota. The procurement involves a comprehensive contract for installation, maintenance, and troubleshooting services, with a focus on ensuring operational efficiency and compliance with security protocols. This contract is critical for maintaining communication systems essential to the Air Force's operations, with a total duration of 60 months, including a base year and four option years. Interested vendors must submit their quotes by March 14, 2025, and ensure compliance with the Service Contract Act wage determinations, which specify a minimum wage of $17.75 per hour for applicable occupations. For further inquiries, vendors can contact SrA Daniel Obando at daniel.obando.1@us.af.mil or Jeremiah Snedker at jeremiah.snedker@us.af.mil.
    ICBM Cable Assembly
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the procurement of various cable assemblies under the solicitation titled "ICBM Cable Assembly." This opportunity includes a total of eight line items, focusing on both first article testing and production quantities of cable assemblies, which are critical for military applications and national defense. The contract is set aside for small businesses, with a firm fixed price structure, and requires adherence to stringent quality assurance standards and compliance with the Buy American Act. Interested vendors should contact Michelle Manuel at michelle.manuel.3@us.af.mil or Angelina Kellett at angelina.kellett@us.af.mil for further details, and note that the delivery timelines for the items range from 60 days after award to December 31, 2025.
    CABLE, 3/0 GROUND
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Maritime - Puget Sound), is soliciting offers for the procurement of 6,000 feet of 3/0 ground cable, specifically designated under solicitation SPMYM225Q1077. This procurement is set aside for small businesses, including service-disabled veteran-owned and women-owned enterprises, and emphasizes compliance with federal regulations, including cybersecurity and telecommunication standards. The cable is crucial for electrical applications within military operations, ensuring operational readiness and safety. Interested vendors must submit their offers by 10:00 AM on March 3, 2025, with delivery expected by March 28, 2025, to the Puget Sound Naval Shipyard. For further inquiries, potential bidders can contact Lina Cruz at LINA.1.CRUZ@DLA.MIL or by phone at 360-813-9267.