ContractSolicitationTotal Small Business Set-Aside (FAR 19.5)

Request for Proposal (RFP) # FA445225R0043- 43d Air Mobility Operations Group (AMOG) Bldg. 560 Install Electrical and Fiber Optics

DEPT OF DEFENSE FA445225R0043
Response Deadline
Sep 24, 2025
Deadline passed
Days Remaining
0
Closed
Set-Aside
Total Small Business Set-Aside (FAR 19.5)
Notice Type
Solicitation

Contract Opportunity Analysis

The Department of Defense, through the 763d Enterprise Sourcing Squadron, is soliciting proposals from small businesses for a construction project involving the installation of electrical and fiber optic lines in Building 560 at Fort Bragg, North Carolina. The project requires contractors to provide all necessary labor, materials, equipment, and supervision to install two 120-volt duplex electrical outlets and new fiber optic communication lines, ensuring compliance with federal, state, and local regulations. This initiative is crucial for enhancing communication infrastructure to connect workstations to the Fort Bragg Garrison network. Proposals are due by September 24, 2025, at 12:00 PM Central Time, and interested parties can contact Amber Climaco at amber.climaco@us.af.mil or Hunter Ottensmeier at hunter.ottensmeier@us.af.mil for further information.

Classification Codes

NAICS Code
238210
Electrical Contractors and Other Wiring Installation Contractors
PSC Code
N059
INSTALLATION OF EQUIPMENT- ELECTRICAL AND ELECTRONIC EQUIPMENT COMPONENTS

Solicitation Documents

12 Files
Attachment 7_P2-00009-25 Install electrical and Fiber Optic Lines 560_OPSEC_6055_20250722.pdf
PDF188 KBSep 19, 2025
AI Summary
The US Army Corps of Engineers (USACE) Contract Requirements Package Security Review Cover Sheet (ENG FORM 6055, APR 2022) is a mandatory form for federal service and supply contracts above the simplified acquisition threshold. It ensures review of requirements packages for antiterrorism (AT), operations security (OPSEC), information assurance (IA), physical security, and other related protection matters. The form outlines standard contract language and required clauses covering areas like AT Level I training, physical security, CAC requirements, access to government information systems, and handling classified information. It requires signatures from certified AT, OPSEC, and (if applicable) IA reviewers, confirming their understanding of responsibilities. The document emphasizes compliance with Army and DoD regulations, with specific instructions for contractors regarding training, access controls, and information protection. The form also includes specific details for the "Install electrical and Fiber Optic Lines" project at Pope Army Airfield, Fort Bragg, NC, noting restrictions on photography and the absence of IA requirements for this particular project.
Attachment 6_Bldg. 560 Focus Asbestos Report.pdf
PDF2308 KBSep 19, 2025
AI Summary
This report details a focused asbestos inspection and survey of Building 560 at Fort Bragg, North Carolina, conducted on August 21, 2025, by Bruce E. Billings (NC12397). The purpose of the inspection was to identify asbestos-containing materials (ACM) prior to the installation of electrical and fiber optic lines for project number P2-00009-25. Building 560, constructed in 1990 and approximately 181,150 square feet, is a two-story brick structure with a flat EPDM roof, suspended ceilings, and concrete floors. The inspection included visual assessment and bulk sampling of suspected ACMs. Analysis of thermal system insulation, miscellaneous materials (like floor and ceiling tiles), and surfacing materials revealed no asbestos-containing materials above the one percent threshold, concluding that asbestos was not detected in the sampled areas.
P2-00009-25 Install electrical and Fiber Optic Lines_SOW_Amended 19 Aug 2025.pdf
PDF247 KBSep 19, 2025
AI Summary
This Statement of Work (SOW) outlines a construction project (P2-00009-25) at Fort Bragg, North Carolina, for the installation of electrical and fiber optic lines in Building 560. The contractor is responsible for providing all labor, materials, equipment, and supervision, adhering to contract specifications, manufacturer recommendations, and various federal, state, and local regulations, including Unified Facilities Criteria (UFC) and Fort Bragg's Installation Design Guide. The scope includes installing 120-volt outlets and new fiber optic communication lines with associated infrastructure to connect DHA workstations to the Fort Bragg Garrison network. Key contractor requirements include submitting an Accident Prevention Plan and other submittals within 10 days of award, coordinating with government personnel, and complying with AT/OPSEC requirements, including iWATCH training. The project has a 60-day completion timeline, with bi-weekly COR meetings. Waste disposal must follow strict guidelines, utilizing off-post state-certified landfills, with detailed reporting requirements. Utility services (power and water) are available, but connections and billing for contractor facilities are the contractor's responsibility. Safety protocols adhere to the Corps of Engineers Safety Manual EM 385-1-1 and OSHA standards. Contractor personnel must be U.S. citizens (unless approved), English-speaking, and maintain professional conduct. Work hours are 7:30 AM to 4:00 PM, Monday through Friday, with prior approval required for off-hour work. A minimum one-year warranty on materials and workmanship is required, and photography on the installation is restricted and requires prior approval.
Install Electrical and Fiber Optic Lines in Bldg 560._FAR 13_Construction RFP Letter_Amended.pdf
PDF283 KBSep 19, 2025
AI Summary
RFP #FA445225R0043, issued by the 763d Enterprise Sourcing Squadron, invites small businesses to bid on a construction project for the 43d Air Mobility Operations Group (AMOG) to install electrical and fiber optic lines in Building 560. This firm-fixed-price contract, under $25,000, requires proposals by September 24, 2025, at 12:00 pm Central Time. A site visit occurred on September 16, 2025. Proposals must include administrative requirements, a technical proposal detailing methodology and schedule with risk mitigation, and a price proposal. Evaluation will prioritize best value, considering technical approach (rated Superior, Acceptable, or Unacceptable) and price reasonableness. The government reserves the right to award without interchanges.
Attachment 8_Questions and Answers.pdf
PDF39 KBSep 19, 2025
AI Summary
This document provides answers to contractor questions regarding RFP #FA445225R0043, focusing on infrastructure requirements for fiber optic and electrical installations. Key details include contractor discretion for conduit size, surface mounting for outlets on block walls, and the necessity for fiber to be in conduit. The fiber optic cable specifications are four strands of single-mode fiber with connectors to be determined post-award and a 10-foot service loop required at both ends. Electrical outlets can share a breaker, and there are available slots in the comm room panel for dedicated power. There will be one communications outlet at the workstation with four ports, and four CAT 6 cables are required. All attachments from the site visit are available on SAM.gov.
Attachment5_Site Map.pptx
PowerPoint254 KBSep 19, 2025
AI Summary
The document outlines a fiber optic installation project within Building 560, specifically detailing the placement and wiring of a Fiber Optic (F.O.) Slim Panel and associated electrical outlets. Key requirements include installing the Slim Panel in an unobstructed area, providing two 120-volt full duplex outlets at both the Slim Panel and the DHA Computer location, and running fiber optic cables from the Slim Panel to the FHA CPU Area and from the COMM room to the Slim Panel. The TV in the briefing area is immovable, and the offices are 12 feet deep with a 6-foot wide hallway. This document serves as a guide for contractors or technicians involved in the network infrastructure upgrade, providing spatial and electrical requirements for the installation.
Attachment 5_Appendix A-Site Map-BLDG560 DHA Electrical and Fiber Optic layout and area.pptx
PowerPoint292 KBSep 19, 2025
AI Summary
No AI summary available for this file.
Attachment 4_Price Proposal (2).pdf
PDF241 KBSep 19, 2025
AI Summary
This document, RFP FA445225R0043 Attachment 4, is a Price Proposal (Volume III) for a government contract. It outlines a single Contract Line Item Number (CLIN 0001) for a project involving the installation of electrical and fiber optic lines at Building 560. The contractor is responsible for providing all necessary labor, equipment, and materials to complete the work as detailed in the Statement of Work. The document requires the contractor to specify the total amount for the job and a base project total, rounded to the nearest dollar. This attachment serves as a critical component for bidders to submit their financial proposals for the described services.
Attachment 3_Provisions and Clauses_FA445225R0043.pdf
PDF102 KBSep 19, 2025
AI Summary
This government file, FA445225R0043, outlines various clauses incorporated by reference and in full text for a firm-fixed-price construction contract with a NAICS code of 238210 and a small business size standard of $19 million. Key clauses include requirements for a Contracting Officer's Representative, whistleblower rights, antiterrorism awareness training, and safeguarding defense information. The document emphasizes compliance with the Buy American Act for construction materials, detailing domestic content requirements and exceptions. It also covers procedures for electronic payment requests through the Wide Area WorkFlow (WAWF) system, contract drawings and specifications, and annual representations and certifications. The work must commence within 10 calendar days of notice to proceed and be completed within 45 days, including final cleanup. Specific provisions address North Carolina State and local sales and use taxes, progress payments, and post-award small business program rerepresentation.
Attachment 2_Davis Bacon Wage Determination (3).pdf
PDF38 KBSep 19, 2025
AI Summary
This document, General Decision Number NC20250122, outlines prevailing wage rates and labor requirements for building construction projects in Cumberland and Hoke Counties, North Carolina, excluding single-family homes and apartments up to four stories. It details minimum wage requirements under Executive Orders 14026 ($17.75/hour for contracts post-January 30, 2022) and 13658 ($13.30/hour for contracts between January 1, 2015, and January 29, 2022, not renewed or extended). The document also lists specific wage rates and fringes for various trades like Ironworkers, Pipefitters, Electricians, and Laborers. It includes information on Executive Order 13706, which mandates paid sick leave for federal contractors, and outlines the appeals process for wage determinations. This information is crucial for contractors bidding on federal and state projects to ensure compliance with labor laws and fair wages.
Attachment 1_P2-00009-25 Install electrical and Fiber Optic Lines-560 SOW_clean.pdf
PDF247 KBSep 19, 2025
AI Summary
This Statement of Work (SOW) outlines the requirements for a construction project at Fort Bragg, North Carolina, specifically Project Number P2-00009-25, which involves installing electrical and fiber optic lines in Building 560. The contractor will furnish all labor, materials, equipment, and supervision to install two 120-volt duplex electrical outlets and new fiber optic communication lines, CAT6 cables, conduit, and related equipment to connect two workstations to the Fort Bragg Garrison fiber optic network. The work must comply with various federal, state, and local regulations, including UFC 1-200-01, UFC 1-200-02, and the Fort Bragg Installation Design Guide. Key requirements include adherence to AT/OPSEC policies, iWATCH training, coordination with government personnel, and submission of an Accident Prevention Plan and material submittals within 10 days of award. The project has a 60-day completion timeline, with bi-weekly meetings with the COR. Strict guidelines for waste disposal, including the use of off-post certified landfills and monthly reporting, are mandated. Utility services (power and water) are available, but the contractor is responsible for connections and associated costs. A one-year warranty on materials and workmanship is required. Photography on site is restricted and requires prior approval.
Install Electrical and Fiber Optic Lines in Bldg 560._FAR 13_Construction RFP Letter.pdf
PDF282 KBSep 19, 2025
AI Summary
The Request for Proposal (RFP) #FA445225R0043, issued by the 763d Enterprise Sourcing Squadron, OL-Pope AAF, is for a construction project titled "43d Air Mobility Operations Group (AMOG) Install Electrical and Fiber Optic Lines in Bldg. 560." This RFP is a competitive solicitation for Small Businesses on SAM.gov, with a single firm-fixed price contract intended for award. The project's magnitude is less than $25,000, and proposals are due by September 24, 2025, at 12:00 pm Central Time. A site visit is scheduled for September 16, 2025, at 10 am EST. Proposals must include administrative requirements, a technical proposal (with a schedule and risk mitigation plan), and a price proposal. Evaluation will be based on technical merit (rated Superior, Acceptable, or Unacceptable) and price (completeness and reasonableness), with award going to the offeror providing the best value to the Government.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedSep 11, 2025
amendedLatest Amendment· Description UpdatedSep 19, 2025
deadlineResponse DeadlineSep 24, 2025
expiryArchive DateOct 9, 2025

Agency Information

Department
DEPT OF DEFENSE
Sub-Tier
DEPT OF THE AIR FORCE
Office
FA4452 763 ESS

Point of Contact

Name
Amber Climaco

Place of Performance

N TOPSAIL BEACH, North Carolina, UNITED STATES

Official Sources