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 soliciting proposals for structured network cabling services to support the National Institute of Environmental Health Sciences (NIEHS) in Durham, North Carolina. The selected contractor will be responsible for the end-to-end installation of various cabling systems, including horizontal and vertical backbone cables, as well as the demolition of existing infrastructure, ensuring compliance with strict technical and safety standards. This project is critical for establishing a reliable and scalable network infrastructure that supports engineering, operations, maintenance, and construction personnel. Interested contractors should contact Andrew Gathogo at andrew.gathogo@nih.gov or +1 984 287 4386 for further details, with the contract having a five-year ordering period and specific invoicing requirements outlined in the associated documents.

    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.
    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.
    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).
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Lab Water Purification
    Buyer not available
    The Department of Health and Human Services, through the National Institutes of Health (NIH), is seeking qualified contractors for a federal contract focused on the maintenance and operation of laboratory water purification systems at the National Institute of Environmental Health Sciences (NIEHS) in Durham, North Carolina. The contract encompasses quality assurance, preventive maintenance, emergency repairs, and installation of Point-of-Use (POU) laboratory water purification systems and Reverse Osmosis equipment, ensuring compliance with specific water quality standards. This procurement is critical for maintaining the integrity of laboratory operations, as it involves the upkeep of 196 POU systems and six Reverse Osmosis systems, with a contract period starting January 1, 2026, and extending through December 31, 2026, with options for additional years. Interested vendors should contact Michele Johnson at michele.johnson@nih.gov or Amanda Tilton at amanda.tilton@nih.gov for further details, and note that proposals are due by September 10, 2024.
    All Sites Primary Barrier Equipment and Decontamination Services
    Buyer not available
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking proposals for a firm-fixed price contract titled "All Sites Primary Barrier Equipment and Decontamination Services." This contract aims to support various NIH locations in Maryland and Montana, including the Bethesda Main Campus and the NIAID Integrated Research Facility, by providing essential decontamination services and maintenance of primary barrier equipment. The services are critical for maintaining a safe and healthy environment for NIH patients, employees, and visitors, particularly in high-security research laboratories. Interested small businesses are encouraged to reach out to primary contact Evguenia Mathur at jane.mathur@nih.gov or 301-451-0237, or secondary contact Ashley Kinderdine at ashley.kinderdine@nih.gov or 240-669-5154 for further details. The solicitation is set aside for small businesses under FAR 19.5, and the RFP number is 75N98026R00001.
    A--Pre-Sol Notice of Intent
    Buyer not available
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), has issued a Pre-Solicitation Notice of Intent regarding upcoming procurement opportunities. This notice pertains to research and development services in the physical, engineering, and life sciences sectors, as indicated by the NAICS code 541715. The services sought are crucial for advancing health-related research and healthcare services, contributing to the overall mission of the NIH. For further inquiries, interested parties can contact Lynn M. Furtaw at lynn.furtaw@nih.gov or by phone at +1 301 435 0330.
    Parking for the National Cancer Institute (NCI) Shady Grove Campus
    Buyer not available
    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.
    Renewal of Leica Microsystems Maintenace for the Division of Intramural Research (DIR)
    Buyer not available
    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.
    Service Agreement: ION Sequencing System
    Buyer not available
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking a service agreement for the ION Sequencing System, which includes maintenance and support for critical laboratory equipment. The contract will cover a one-year AB Assurance plan with Life Technologies/ThermoFisher Scientific, ensuring comprehensive service including parts, labor, travel for repairs, and priority technical support for the ION S5 XL and S5 Prime sequencers, as well as the Ion Chef system. This procurement is vital for maintaining the functionality of advanced sequencing equipment used in medical research, which supports various health-related studies. Interested vendors must submit their quotations by December 9, 2025, to Tina Robinson at robinsti@mail.nih.gov, referencing solicitation number 75N94026Q00008, and must comply with all applicable FAR clauses and requirements.
    Support Services for Two National Information Clearinghouses
    Buyer not available
    The Department of Health and Human Services, through the National Institutes of Health (NIH), is seeking support services for two National Information Clearinghouses. The procurement aims to provide a range of communications services, including public inquiry response, materials development and dissemination, database and website management, meeting support, graphic design, and outreach activities, all in alignment with the mission of the National Institute of Arthritis and Musculoskeletal and Skin Diseases (NIAMS). These services are crucial for effectively managing and disseminating information to the public and stakeholders. Interested parties can contact Derek Bowks at derek.bowks@nih.gov or by phone at 301-594-7712 for further details regarding this opportunity.
    Operation and Maintenance of a Murine Pathogen-Free Mouse Breeding Facility
    Buyer not available
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking contractors for the operation and maintenance of a Murine Pathogen-Free Mouse Breeding Facility. This procurement aims to ensure the facility operates efficiently, providing essential support for research involving pathogen-free mice, which are critical for various biomedical studies. The contract will be managed under the PSC code R707, indicating a focus on management and support services. Interested parties can reach out to Sevag Kasparian at Sevag.Kasparian@nih.gov or 240-669-5177, or Gabriel Contreras at gabriel.contreras@nih.gov or 240-292-4828 for further details regarding the opportunity.
    Justification for an Exception to Fair Opportunity - Modification to USPTO Enterprise Network Infrastructure Support Service (ENISS) Task Order
    Buyer not available
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking to justify an exception to the fair opportunity process for a modification to the Enterprise Network Infrastructure Support Service (ENISS) Task Order. This modification, identified as P00005, pertains to the current task order 75N98122F00001 under contract HHSN316201200023W, and was executed to enhance IT and telecom service delivery support services. The justification for this exception was signed on January 24, 2023, and the modification was executed on February 23, 2023. For further inquiries, interested parties can contact Erin Pacifico at erin.pacifico@nih.gov or by phone at 301-451-0212.
    NCI OA Special Notice of Subcontract Opportunity at the Frederick National Laboratory for Cancer Research
    Buyer not available
    The National Institutes of Health (NIH), through the National Cancer Institute (NCI), is seeking information regarding an Electronic Document Management System (EDMS) for the Frederick National Laboratory for Cancer Research (FNLCR), which is operated by Leidos Biomedical Research, Inc. The EDMS aims to centralize and enhance the control and maintenance of construction project documentation for the Facilities, Maintenance, and Engineering (FME) Directorate, thereby improving collaboration among project teams and facilitating reporting for lessons learned and metrics. This initiative is crucial for streamlining documentation processes and may expand to other directorates in the future. Interested parties should submit their responses by January 9, 2026, and direct any inquiries to Cody Wenner at cody.wenner@nih.gov.