N--Structured Network Cabling Services
ID: 75N99026R00002Type: Solicitation
Overview

Buyer

HEALTH AND HUMAN SERVICES, DEPARTMENT OFNATIONAL INSTITUTES OF HEALTHNIH A E CONSTRUCTIONBETHESDA, MD, 20892, USA

NAICS

Electrical Contractors and Other Wiring Installation Contractors (238210)

PSC

INSTALLATION OF EQUIPMENT- CONSTRUCTION, MINING, EXCAVATING, AND HIGHWAY MAINTENANCE EQUIPMENT (N038)

Set Aside

8a Competed (8A)
Timeline
    Description

    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking qualified contractors to provide structured network cabling services for the National Institute of Environmental Health Sciences (NIEHS) located in Research Triangle Park, North Carolina. The selected contractor will be responsible for planning, installing, and organizing cables and related components to establish a reliable and scalable network infrastructure, which is crucial for supporting engineering, operations, maintenance, and construction personnel. This five-year contract includes specific technical requirements for cabling, adherence to safety regulations, and a mandatory site visit, with proposals due by December 29, 2025, at 12:00 PM EST. Interested parties can contact Andrew Gathogo at andrew.gathogo@nih.gov or +1 984 287 4386 for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    Task Order C106467 outlines the requirements for installing and terminating new CAT 6A data cables within renovated rooms in Building 101, F Module, at the National Institute of Environmental Health Sciences. The project, initiated on November 21, 2025, requires the contractor to provide all services, including reviewing existing conditions, preparing submittals, and executing construction within 14 calendar days of receiving the Notice to Proceed. The scope includes demolition of existing cables in room F062 and the installation of various colored CAT6A cables in multiple rooms (F062, F068-F077, F079) according to specific termination points and attachment diagrams. General requirements mandate cable labeling, testing, and adherence to ESMR standards. The contractor must also provide key personnel resumes, an updated submittal register, and a detailed construction schedule within five calendar days of NTP. All materials must be on-site before preparatory inspection, and work must comply with NIH Design Requirements Manual and FMB-RTP Engineering Standards, with a minimum one-year warranty on equipment and workmanship.
    This government file details special systems plans for the F Module Basement of Building 101 at the NIEHS RTP Campus, part of the NIEHS Integrative Physiological Initiative (IPI) Phase II project. It outlines the installation and reinstallation of various devices such as cameras, wireless access points (WAPs), and data acquisition systems (DAS) across several rooms and corridors, including fear conditioning, operant touch screen, open field boxes, and multipurpose behavior recording areas. Key instructions involve providing cast boxes with external hubs and gasketed device cover plates, using 1-inch conduit for data connections with cabling back to the nearest data rack (maximum 295 feet), and referring to architectural details for typical installations. Specific drawing notes include reinstalling and testing WAP and DAS devices, providing fixed IP cameras for the existing VideoXpert security system with CAT5e cabling to a PoE security switch, and connecting door contacts to the Pegasys system for alarming. The project emphasizes adherence to specifications for data cabling and includes provisions for refrigerator monitoring connected to the Metasys system. The document, prepared by RMF Engineering, Inc., ensures proper integration and functionality of critical systems within the facility.
    The Submittal Register Form for Contract Number C106467 outlines the required documentation for the "Bldg 101, F Module, Integrated Physiological Initiative Suite - Data Cable Installation" project. This form, typical for government RFPs and contracts, categorizes submittals into types such as pre-con submittals, shop drawings, product data, and test reports. It also specifies the classification of these submittals (e.g., for information only, government approved) and the reviewing offices responsible for their approval. Key items requiring submission and review include schedules, schedule of values, Cat6A cable specifications, data ports, data faceplates, and test reports. The document emphasizes the importance of timely submission and review, detailing the date submitted and the required review-by date based on the Statement of Work.
    This document outlines the invoice instructions and contract administration data for federal government contracts, particularly for the National Institutes of Health (NIH). It details the roles and responsibilities of the Contracting Officer (CO), Andrew Gathogo, and the Contracting Officer's Representative (COR)/Project Officer (PO), William Ragland. The CO has sole authority over contract modifications, payments, and terms, while the COR/PO provides technical oversight, monitors performance, and assists with technical issues. The document specifies detailed requirements for proper invoices, including vendor information, invoice date, unique invoice numbers, contract identification, UEI, TIN, and a description of supplies/services matching the award. Invoices must be submitted electronically via the Department of Treasury's Invoice Processing Platform (IPP) with copies sent to both the CO and COR/PO. Payment due dates are generally 30 days after receipt of a proper invoice or government acceptance, with interest penalties applied for late payments under specific conditions. Additionally, the document mandates accelerated payments to small business subcontractors and emphasizes electronic submission of payment requests via IPP.
    This document, General Decision Number NC20250003, effective March 14, 2025, outlines prevailing wage rates and labor standards for building construction projects in Durham County, North Carolina. It specifies wage determinations for various crafts, including Electricians ($31.07/hour), Ironworkers ($28.75/hour), and Plumbers ($23.66/hour), along with associated fringe benefits. The document clarifies the applicability of Executive Orders 14026 ($17.75/hour minimum in 2025) and 13658 ($13.30/hour minimum in 2025) for federal contracts, detailing minimum wage requirements based on contract award dates. It also addresses Executive Order 13706, which mandates paid sick leave for federal contractors. The file includes guidance on appealing wage determinations and procedures for adding unlisted job classifications. It serves as a critical reference for contractors to ensure compliance with federal labor laws in government-funded construction projects.
    Amendment 002 to Solicitation 75N99026R00002 addresses questions and government responses regarding structured cabling services at the NIEHS Research Triangle Park, NC. Key points include the contractor's responsibility for installing an additional 4-inch conduit into Comm Room F003, supplying wire mold datacom covers, and installing conduit for the NAE drop using EMT. The contractor must match existing gray electrical outlets for faceplates and utilize existing patch panels, with port locations to be provided later. The proposal due date has been extended to December 29, 2025, at 12:00 PM EST, allowing more time for bid submissions. This amendment clarifies technical requirements and project timelines for the structured cabling services.
    Amendment 001 to Solicitation 75N99026R00002 for Structured Cabling Services at the National Institute of Environmental Health Sciences (NIEHS) in Research Triangle Park (RTP), NC, has been issued. This amendment, effective 11/24/2025, extends the period of performance from 02/01/2026 to 01/31/2031. Offerors must acknowledge receipt of this amendment by completing and returning copies, or by separate communication, prior to the specified hour and date for offer receipt. Failure to acknowledge may result in the rejection of the offer. All other terms and conditions of the original solicitation remain unchanged.
    This Request for Proposal (RFP) from the National Institutes of Health (NIH) seeks structured cabling services for the National Institute of Environmental Health Sciences (NIEHS) in Research Triangle Park, NC. The selected contractor will provide end-to-end installation of horizontal network cable, horizontal and vertical backbone cable, telecommunication pathway infrastructure, and demolition of existing abandoned communication infrastructure. The RFP outlines specific technical requirements for cabling, fiber optics, and patch panels, as well as detailed quality assurance and control plans. Key personnel must be certified, and the contractor must adhere to strict safety regulations, including OSHA 30-hour training and participation in the Contractor Safety Assessment Program (CSAP). The contract has a five-year ordering period, with invoices submitted via the Department of Treasury’s Invoice Processing Platform (IPP).
    Solicitation 75N99026R00002 – Amend 001 provides critical clarifications and updates to the Structured Cabling Solicitation for the NIEHS Research Triangle Park, NC. Key amendments address contractor responsibilities for reusing existing digital antenna cabling, specifying cable and connector types (LMR®-400-LLPL, LMR®-200-LLPL, ANDREW HELIAZ<R> ½” AL4RPV-50), and confirming the installation location for exposed cabling. The amendment also details acceptable mounting methods (plastic C clamp suspension) and announces a mandatory site visit on December 15th at 10 am. Labor rates for the 5-year BPA will be adjusted based on DOL prevailing Labor Wage Determination, with a $2 million ceiling. The document clarifies specific raceway manufacturers (Post Glover PG Life Link Lab Link 255 Series Double Channel Raceway) and confirms the scope includes new conduit and drilling for NAE connections, which terminate into lighting control panels and the Network Automation Engine. The contractor is responsible for mounting WAPs/Cameras, and after-hours/weekend work is permitted for noisy tasks. The badging process takes 21 days, and materials can be stored in interstitial spaces. Ceiling heights vary, and the government will only consider the Prime Contractor's past performance. This BPA will have a single awardee with a performance period from February 1, 2026, to January 31, 2031. There is no active incumbent contract, and historically, an average of five IT task orders are issued annually.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    All Sites Primary Barrier Equipment and Decontamination Services
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking proposals for a firm-fixed price contract to provide All Sites Primary Barrier Equipment and Decontamination Services across various NIH locations, including the main campus in Bethesda, MD, and the NIAID Integrated Research Facility in Fort Detrick, MD. The contract aims to support the NIH's comprehensive safety program by ensuring the maintenance and decontamination of equipment used in high-level biosafety laboratories, which is crucial for maintaining a safe environment for research activities. Interested small businesses must submit their proposals by the due date of December 26, 2025, and can direct inquiries to primary contact Evguenia Mathur at jane.mathur@nih.gov or secondary contact Ashley Kinderdine at ashley.kinderdine@nih.gov for further clarification.
    InCommon and Eduroam subscription services
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the National Institutes of Health (NIH), is seeking qualified vendors to provide renewal subscriptions for InCommon and Eduroam services. The procurement aims to facilitate SAML-based trust relationships and secure federated Wi-Fi access for NIH personnel and visiting researchers, enhancing operational continuity and security. This opportunity is critical for supporting NIH's authentication processes and connectivity needs, with a performance period from January 1, 2026, to December 31, 2026. Interested parties must submit their quotes by December 29, 2025, at 3:00 pm Eastern Time, and all inquiries should be directed to Leah Hinson and Kwasi Antwi via email.
    Housekeeping & Non-Hazardous Waste/Recycling Collection Services
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking small businesses capable of providing housekeeping and non-hazardous waste and recycling collection services for its Bethesda, Maryland campus. The procurement aims to gather information on custodial services, solid waste collection and disposal, and recycling services, which will inform the acquisition strategy, contract structure, and the development of the final Performance Work Statement (PWS). Interested vendors are required to submit a Capability Statement by January 9, 2026, at 12:00 PM ET, to Amanda Tilton via email at amanda.tilton@nih.gov, referencing Sources Sought Number 75N99026R00005, detailing their company information, expertise, and relevant experience.
    Service Agreement for NICHD Nikon AXR Confocal Microscope Equipment
    Health And Human Services, Department Of
    The National Institutes of Health (NIH) is seeking a service agreement for the maintenance and repair of a Nikon AXR Confocal Microscope, including associated components, for the National Institute of Child Health and Human Development (NICHD) in Bethesda, Maryland. The contract will cover a 12-month period, providing essential preventive maintenance, on-site repairs, laser alignments, genuine replacement parts, labor, and software updates to ensure the reliable operation of the equipment. This procurement is critical as it supports ongoing research activities that rely on the functionality of the microscope, with the anticipated award date set for April 1, 2026, and responses due by January 6, 2026, at 1700 Eastern Time. Interested parties should submit their proposals electronically to Jacob Balenson at jacob.balenson@nih.gov, referencing Presolicitation Number 75N94026Q00023 in the subject line.
    Parking for the National Cancer Institute (NCI) Shady Grove Campus
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the National Institutes of Health (NIH) and the National Cancer Institute (NCI), is seeking to procure parking garage services for its Shady Grove Campus in Maryland. The contract will provide parking for 1,963 vehicles and 10 motorcycles, exclusively for NCI employees and visitors, ensuring adequate access to the facility. This service is crucial for maintaining operational efficiency and accessibility at the NCI, which plays a vital role in cancer research and treatment. Interested vendors can reach out to Michelle Nguyen at michelle.nguyen2@nih.gov or Linda Park at linda.park@nih.gov for further details regarding this opportunity.
    Ethernet Dedicated Internet Services (AMENDMENT INCLUDED)
    Dept Of Defense
    The Department of Defense, through the Naval Criminal Investigative Service (NCIS), is seeking qualified contractors to provide Ethernet Dedicated Internet (EDI) and Cable Television services for its Resident Agency at Great Lakes, Illinois. The procurement aims to install a dedicated high-speed internet circuit and a comprehensive wireless network, alongside coaxial cable television services, to ensure the facility meets operational capabilities and compliance with NCIS standards following a multi-year renovation. The selected contractor will be responsible for a complete, turnkey installation and ongoing maintenance over a five-year period, with a focus on a one-hour response and four-hour resolution time for service issues. Interested parties must submit their quotes by December 15, 2025, at 10:00 AM EST, and can contact Cameron Roberge at cameron.roberge@ncis.navy.mil or Judith Campbell at judith.campbell@ncis.navy.mil for further information.
    Service Contract for ThermoFisher FEI Tecnal T20. Transmission Electron Microscope
    Health And Human Services, Department Of
    The National Institutes of Health (NIH), specifically the National Institute of Child Health and Human Development (NICHD), is seeking to award a non-competitive service contract for the ThermoFisher FEI Tecnal T20 Transmission Electron Microscope. This contract is essential for providing continuous expert maintenance, repairs, and software updates to ensure optimal performance and minimize downtime of the specialized microscope. The contract, justified under FAR Part 13-Simplified Acquisition Procedures, is not expected to exceed $250,000 and will cover the period from February 1, 2026, to January 31, 2027. Interested parties are invited to submit capabilities statements to Mr. Michael Falzone at falzoneml@nih.gov by December 26, 2025.
    Service Contract for LSR Fortessa X-20 Cell Sorters
    Health And Human Services, Department Of
    The National Institutes of Health (NIH), specifically the National Institute of Child Health and Human Development (NICHD), intends to award a non-competitive contract to Becton, Dickinson and Company for a one-year preventative maintenance service for two LSR Fortessa X-20 Cell Sorters. This contract will encompass travel, parts, labor, and regular maintenance to ensure the accurate alignment and functionality of the sensitive lasers and detectors integral to the cell analyzers. The procurement is classified under NAICS code 811210 and will be conducted using Simplified Acquisition Procedures, exempting it from full and open competition, with a total value not exceeding the simplified acquisition threshold of $350,000. Interested parties are invited to submit capability statements by December 29, 2025, to Michael Falzone at Michael.falzone@nih.gov, referencing solicitation number 75N94026Q00017.
    Renewal of Leica Microsystems Maintenace for the Division of Intramural Research (DIR)
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking to renew maintenance services for Leica Microsystems equipment utilized by the Division of Intramural Research (DIR). This procurement aims to ensure the continued operational efficiency and reliability of critical laboratory instruments and equipment, which are essential for ongoing research activities. The maintenance services will be performed in Rockville, Maryland, and interested vendors can reach out to Hershea Vance at hershea.vance@nih.gov or 301-761-6404, or Tamara McDermott at tamara.mcdermott@nih.gov or 406-375-7487 for further details. The opportunity is categorized under the PSC code J066, which pertains to maintenance, repair, and rebuilding of laboratory equipment.
    Notice of Intent to Sole Source – Advanced Cleanroom Microclean
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), intends to award a sole source bridge contract to Advanced Cleanroom Microclean for essential cleaning services at cGMP manufacturing facilities and compounding pharmacies. This contract is critical for maintaining patient safety and ensuring regulatory compliance, as it provides continuity of services while a new main cleaning services contract is being procured. Advanced Cleanroom Microclean, with 40 years of industry experience and ISO 9001:2015 certification, has been the incumbent contractor for the past five years at NIH and meets all necessary qualifications. The contract, valued at $249,000, is set to cover the period from December 30, 2025, to February 28, 2026, and interested parties can direct inquiries to Chris Ryssa Nix at ryssa.nix@nih.gov.