Request for Information (RFI) on installation services to expand and overhaul an existing Protected Distribution System (PDS) on Joint Base Elmendorf-Richardson (JBER), Alaska
ID: RFI012825PKBType: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA5000 673 CONS LGCJBER, AK, 99506-2501, 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, through the Department of the Air Force, is seeking industry feedback via a Request for Information (RFI) for installation services to overhaul and expand the Protected Distribution System (PDS) at Joint Base Elmendorf-Richardson (JBER), Alaska. The project involves the removal of outdated fiber optics and the installation of high-density Multi-Fiber Push On (MPO) cables, along with necessary distribution panels and connectors, to alleviate congestion and enhance future capabilities within the facility. This initiative is critical for maintaining secure and efficient communication systems in military operations, ensuring compliance with Department of Defense standards. Interested contractors are invited to submit their responses, including a notice of interest and feedback on the draft Performance Work Statement (PWS), to Mr. Zachery Pullen at zachery.pullen.1@us.af.mil by 1000 Alaska Standard Time on February 11, 2025.

    Point(s) of Contact
    Files
    Title
    Posted
    The Performance Work Statement (PWS) details the requirements for overhauling and expanding the Protected Distribution System (PDS) at Building 9480 on Joint Base Elmendorf-Richardson, Alaska. The contractor must remove old fiber optics, install high-density Multi-Fiber Push On (MPO) cables, and update obsolete connectors, while ensuring compliance with Department of Defense standards. The project aims to alleviate congestion in existing conduits, improve infrastructure, and enhance future capabilities. Work includes the installation of distribution panels and fiber labeling across three floors, requiring minimal downtime and debris cleanup. Contractors must adhere to a quality control program and comply with security protocols, including background checks. Performance evaluation will occur through a Quality Assurance Surveillance Plan (QASP). The contractor must be U.S. citizens and have the necessary expertise. The contract outlines operational hours, holiday coverage, and reporting requirements to facilitate communication with the contracting officer. The outcome of the project ensures the PDS system remains secure and operable while providing necessary expansions and maintenance for government operations. This document reflects a federal effort to improve critical infrastructure and security systems within military settings.
    The document poses a series of inquiries directed at industry professionals regarding the installation and management of distribution panels and fiber optic infrastructure within a government building. Key concerns include the adequacy of existing distribution boxes (18” x 18” x 9”) for housing new equipment, the feasibility of utilizing current piping for the expansion of the PDS fiber network, and the expected downtime associated with the removal and reinstallation of fiber for the 2nd and 3rd floors. Additionally, the complexities of coordinating work on the 1st floor are highlighted, with an emphasis on the possibility of segmenting the project into phases to minimize operational disruptions. These questions reflect the government's objective to gather expert insights for planning efficient upgrades to its infrastructure while ensuring minimal impact on facility operations. The emphasis on professional input suggests a compatibility with federal RFP processes aimed at enhancing service delivery and operational efficiency.
    The document outlines a series of inquiries directed towards industry experts regarding the installation and optimization of fiber distribution systems within a specified building. Key topics addressed include the adequacy of current ceiling distribution boxes (18” x 18” x 9”) for housing necessary equipment, the feasibility of utilizing existing piping versus installing new piping for the fiber distribution system (PDS), and the logistics of fiber removal and reinstallation on the 2nd and 3rd floors. Additionally, it emphasizes the complexities involved in conducting work on the 1st floor and explores the possibility of segmenting the project to minimize downtime. These questions aim to gather insights to ensure efficient implementation while maintaining operational continuity, reflecting the practical considerations required in government-related projects for infrastructure upgrades and technology enhancement. Overall, the document serves as a foundation for industry dialogue to inform decision-making on technical capabilities and project phasing.
    The document outlines technical specifications related to communication infrastructure, specifically focusing on cable management and junction box installations within a secure facility. It details the layout of existing and new architecture, noting the status of items such as conduit ends, junction boxes (JB), and SIPR (Secret Internet Protocol Router) drops. The layout includes color-coded annotations indicating existing architecture in red and decommissioned elements in yellow. It describes new installations designed to accommodate high-density cables and secure data flow, ensuring compliance with federal specifications. Overall, the document serves as a technical reference for facilities maintenance and upgrades, emphasizing the need for organized management of communication components within government infrastructure projects. This aligns with broader objectives in federal RFPs and grants aimed at ensuring secure and effective communication systems.
    Similar Opportunities
    FY25 JBER Packing and Crating Services
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is seeking qualified contractors to provide packing and crating services at Joint Base Elmendorf-Richardson (JBER) in Alaska. The procurement involves a firm-fixed price Requirements contract for the preparation, shipment, and storage of personal property for Department of Defense personnel, divided into three schedules covering outbound, inbound, and intra-city moves across specified geographical areas. This service is crucial for ensuring the efficient relocation and management of military personnel's belongings, adhering to strict compliance and quality standards. Interested parties must submit their quotes by 12:01 PM Alaska Daylight Time on February 10, 2025, and are encouraged to contact TSgt Charles Ramsey at charles.ramsey.8@us.af.mil or Jason Topick at jason.topick.1@us.af.mil for further inquiries.
    JBE088 JOINT INTEGRATED TEST AND TRAINING CENTER
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the construction of the Joint Integrated Test and Training Center (JITTC) at Joint Base Elmendorf-Richardson (JBER), Alaska. The project aims to develop a 149,913 gross square-foot facility that will include various simulation and operational spaces, utilities, and site improvements, with an estimated contract value ranging from $250 million to $500 million. This initiative is crucial for enhancing the Army's operational capabilities and commitment to sustainable construction practices. Interested contractors should contact Tammy Davis at tammy.davis@usace.army.mil or Michelle Mandel at MICHELLE.R.MANDEL@USACE.ARMY.MIL, and note that proposals are due by February 18, 2025, at 2:00 PM Alaska Time, following a scheduled site visit on January 17, 2025.
    Fiber Optic Cables
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking a contractor to manufacture four Fiber Optic Cables for the 580th Software Engineering Squadron (SWES) at Robins Air Force Base in Georgia. The objective of this procurement is to rebuild interconnecting cable sets for a communication processor test bench, with a requirement for the contractor to manage, manufacture, and deliver the cables within 60 days of order receipt. This initiative is crucial for enhancing the reliability of communication systems at the test bench, aligning with the government's modernization efforts. Interested contractors should contact Adam Hudson at adam.hudson.4@us.af.mil for further details and to ensure compliance with the outlined specifications and timelines.
    JBR050 AKARNG Aircraft Maintenance Hangar
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is seeking proposals for the construction of a 52,047 square foot Aircraft Maintenance Hangar and Aviation Operations Facility at Fort Richardson, Alaska, for the Alaska Army National Guard (AKARNG). This project aims to provide essential multipurpose space for the maintenance, repair, and major overhaul of military aircraft, including areas for maintenance bays, technical supply, production control, and quality control. The estimated cost for this project ranges between $65 million and $75 million, with a performance period of approximately 1,095 calendar days, anticipated to commence with a notice to proceed on July 1, 2025. Interested contractors must register in the System for Award Management (SAM) and submit proposals electronically via the PIEE Solicitation Module, with the solicitation expected to be available on or about March 27, 2025. For further inquiries, contact Michelle Nelsen at michelle.nelsen@usace.army.mil or Theresa Afrank at theresa.m.afrank@usace.army.mil.
    FTG247 Replace UPS at IDT1, Fort Greely, Alaska
    Buyer not available
    The Department of Defense, through the Department of the Army, is seeking proposals from qualified small businesses for the replacement of Uninterruptable Power Systems (UPSs) at Fort Greely, Alaska. The project involves replacing existing 80KVA UPSs with distributed redundant 75KVA UPSs, along with upgrades to UPS panelboards, Emergency Power Off systems, and the extension of Power Control and Monitoring Systems. This procurement is critical for enhancing the infrastructure at a military installation, with an estimated project cost ranging from $1 million to $5 million and a performance period of approximately 540 calendar days starting from June 13, 2025. Interested contractors must register in the System for Award Management (SAM) and submit proposals electronically via the PIEE Solicitation Module, with the solicitation expected to be available for download around March 31, 2025. For further inquiries, contact Brittney Morrison at brittney.morrison@usace.army.mil or Michelle Nelsen at michelle.nelsen@usace.army.mil.
    97IS NIPR Expansion (Offutt AFB, NE)
    Buyer not available
    The Department of Defense, specifically the 55th Contracting Squadron at Offutt Air Force Base (AFB) in Nebraska, is seeking information from qualified contractors for the 97 IS NIPR Expansion project. This opportunity involves the installation and testing of new premise wiring and network equipment in Building 301D, Room 41G, to support the Non-classified Internet Protocol Router Network (NIPRNet), with a focus on compliance with federal and industry standards. The project is critical for enhancing operational readiness and secure communication capabilities at Offutt AFB, requiring a full-time project manager on-site and adherence to stringent security protocols. Interested parties should contact Elle Gross at elselarang.gross.2@us.af.mil or Tyler Imhoff at tyler.imhoff.1@us.af.mil for further information, noting that this is a sources sought notice and not a request for proposals.
    FTG257 Missile Field 2 Power Redundancy, Fort Greely, Alaska
    Buyer not available
    The Department of Defense, through the Army Corps of Engineers, is seeking proposals from qualified small businesses for the FTG257 Missile Field 2 Power Redundancy project at Fort Greely, Alaska. The objective of this procurement is to enhance electrical power reliability by installing Automatic Transfer Switches and distribution panels, transitioning the existing switchgear configuration to improve operational efficiency. This project is critical for maintaining the infrastructure of missile system facilities, ensuring robust power supply for military operations. The estimated contract value ranges from $1,000,000 to $5,000,000, with a performance period of approximately 630 calendar days starting around May 9, 2025. Interested parties must register in the System for Award Management (SAM) and submit proposals electronically via the PIEE Solicitation Module, with the formal solicitation expected to be available for download on or about February 19, 2025. For further inquiries, contact Brittney Morrison at brittney.morrison@usace.army.mil or Michelle Nelsen at michelle.nelsen@usace.army.mil.
    DRAFT: Section L and Section M for industry feedback
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking industry feedback on the draft versions of the General Requirements, Section L, and Section M documents related to a forthcoming solicitation for construction services. The primary objective is to gather insights and comments from industry stakeholders prior to the formal solicitation, which is anticipated to be released in Spring 2025. The typical SABER Task Order will range from $25,000 to $250,000, with a maximum IDIQ value of $9.9 million over a five-year ordering period, commencing on September 1, 2025, for projects located at Sheppard AFB, TX, and surrounding areas. Interested parties can direct their inquiries to Jun Shin at JUN.SHIN.1@US.AF.MIL or Ben Brockriede at ben.brockriede@us.af.mil for further information.
    Construct Redundant Electrical Supply, Buckley SFB, CO
    Buyer not available
    The Department of Defense, through the Army Corps of Engineers, is soliciting proposals for the construction of a redundant electrical supply system at Buckley Space Force Base in Colorado. The project aims to replace aging cable and switchgear, install a new backup commercial power feed, and enhance mission reliability by eliminating single points of failure in the power supply system, in accordance with Uptime Institute Tier IV Standards. This initiative is critical for ensuring the resiliency and operational continuity of the facility's power infrastructure. Interested small businesses are encouraged to reach out to Scott Dwyer at Scott.Dwyer@usace.army.mil or call 402-995-2584 for further details, with proposals due by the revised deadline as indicated in the solicitation amendments.
    RFI: 10.709GB (OTU-2) between Ramstein Air Base, Germany and Al Udeid Air Base, Qatar
    Buyer not available
    The Department of Defense, through the Defense Information Systems Agency (DISA), is seeking commercial vendors to provide a 10.709 GB (OTU-2) fiber optic lease between Ramstein Air Base in Germany and Al Udeid Air Base in Qatar. This Request for Information (RFI) aims to gather insights on the availability, implementation lead times, compliance with NDAA regulations, and estimated pricing for the telecommunications service required. The procurement is crucial for enhancing the telecommunications infrastructure supporting military operations. Interested vendors must submit a white paper response by February 21, 2025, detailing their capabilities, and should direct inquiries to Brett Kaufman or Anthony Melicharek via their provided email addresses.