FIBER OPTIC and CABLE INFRASTRUCTURE SUPPORT (FOCIS V)
Looking for contract opportunity help?
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
General Information
- Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
- Updated Published Date: Mar 11, 2025 11:47 am EDT
- Original Published Date:
- Requirements Strategy:
- Inactive Policy: Manual
- Updated Inactive Date: Mar 19, 2025
- Original Inactive Date:
- Initiative:
- None
Classification
- Original Set Aside:
- Updated Set Aside:
- Product Service Code:
- NAICS Code:
- Place of Performance: Wright Patterson AFB , OH 45433USA
Description
***See FAR 52.212-01 and FAR 52.212-02 and the respective addendums to each clause in the RFP for detailed proposal instructions and evaluation criteria***
This is a synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. Solicitation Number FA8604-25-R-B002 is issued as a Request for Proposal (RFP). This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular 2024-03/02-23-2024 and DPN 20240326. This acquisition is 100% 8(a) set aside. The NAICS CODE for this solicitation is 238210. This solicitation is subject to FAR Clause 52.219-14, “Limitations on Subcontracting (DEVIATION 2021-O0008).” FAR Clause 52.219-14 states that, for “Supplies, (other than procurement from a non-manufacturer of such supplies), it will not pay more than 50 percent of the amount paid by the Government for contract performance, excluding the cost of materials, to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count toward the 50 percent subcontract amount that cannot be exceeded.”
This RFP has twenty-four (24) line items. The contractor shall provide sound management, installing, upgrading, re-routing, terminating, testing and removal of communications cable infrastructure/ installation support services to defense activities at all areas of Wright- Patterson Air Force Base (WPAFB), Ohio as identified in the individual Task Orders (TO). All solicitation attachment will be posted at the following location: http://www.SAM.gov.
Contract Completion is required within 1,825 days from date of award. FOB point is Destination (e.g., Wright-Patterson AFB, Ohio). Evaluation will be based on Lowest Price Technically Acceptable (LPTA).
The contractor must be registered in SAM prior to award. The Government will make an award from this request for proposal to the technically acceptable, responsible offeror whose proposal offers the lowest price to the Government. The Government reserves the right to not make an award at all. As a part of the responsibility determination, IAW DFARS 252.2041-7019 NIST SP 800-171r2 offerors must have a current assessment for each covered contractor information system relevant to the contract, task order or delivery order to be considered for award. If an offeror does not have an assessment in SPRS, conduct a Basic assessment and enter it directly in SPRS or send via email as outlined in DFARS 252.204-7019(d).
All proposals are due by 4:00 PM Eastern Daylight Time on 18 March 2025.
Any proposal, modification, or revision that is received at the designated Government office after the exact time specified for receipt of proposals is “late” and will not be considered.
Please note that DoDSafe is required for proposal submission.
Send requests for proposal submission to samuel.hollon@us.af.mil and nicole.barnes.5@us.af.mil. To ensure a competitive balance, at the Contracting Officer’s discretion, questions concerning this RFP will only be accepted until 13 March 2025 by 4:00 PM Eastern Daylight Time. Questions shall be submitted by e-mail to samuel.hollon@us.af.mil and nicole.barnes.5@us.af.mil.
No telephone, written, e-mail or fax requests for documents will be accepted; all interested offerors must download their own documents from the internet - no exceptions. All interested offerors are requested to register for this solicitation.
The Government reserves the right to cancel this solicitation either before or after the closing date. In the event the Government cancels this solicitation the Government has no obligation to reimburse an offeror for any costs.
Contact Information
Primary Point of Contact
- Sam Hollon
- samuel.hollon@us.af.mil
Secondary Point of Contact
- Nicole R Barnes
- nicole.barnes.5@us.af.mil