Skip to main content

An official website of the United States government

You have 2 new alerts

LAK-DS Pair-Gain Modem Upgrade-Replacement for Bldg. 10330

info alert

Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.

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 (Original)
  • Original Published Date: Jul 10, 2024 03:06 pm CDT
  • Original Date Offers Due: Aug 05, 2024 03:00 pm CDT
  • Inactive Policy: Manual
  • Original Inactive Date: Jul 10, 2025
  • Initiative:
    • None

Classification

  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: DG01 - IT AND TELECOM - NETWORK SUPPORT SERVICES (LABOR)
  • NAICS Code:
    • 238210 - Electrical Contractors and Other Wiring Installation Contractors
  • Place of Performance:

Description

The Contractor shall Engineer, Furnish, Install, and Test (EFI and T) new single mode (SM), loose buffer tube, water blocked, outside plant (OSP) fiber optic cable (FOC) suitable for underground applications in accordance with Attachment 1-Statement of Work. This requirement is from Bldg. 10203 to Bldg. 10330 at JBSA-Lackland. The intent is to install the cable in one continuous length, to the extent that it is practical. The cable will meet RUS 7 CFR 1755.900 criteria; will comply with industry standards with regard to manufacturers? cable marking, jacket, rip cords, water blocking, fiber color coding, jacketing materials, etc. In addition, the FOC will comply with industry standards with regard to mode field diameter, core cladding concentricity, attenuation, and dispersion characteristics at 1310 nm and 1550 nm. The Contractor shall comply with the current TIA telecommunication installation and testing commercial standard and base installation standards. All equipment, supplies, and materials provided shall be new and not refurbished. This is a firm fixed price contract in which the contractor shall provide non-personal services, to include all personnel, equipment, tools, supervision, and other items and services necessary to complete the specific requirements IAW the attached SOW. �This requirement shall not provide partial or progress payments. �Copies of all required licenses, certificates and permits shall be provided to the Government upon request.**Please take note of the below key dates**Unescorted Base Access Request (UAR) due date: 15 July 2024 at 2:00 PM CST. Site Visit: 23 July 2024 at 10:30 AM CST. Questions due date: 26 July 2024 at 2:00 PM CST. Proposal Submission due date: 5 August 2024 at 2:00 PM CST. Point of Contact: Contract Specialist: Mr. Joseph Gyakari Email: joseph.gyakari@us.af.mil; Contracting Officer: Mr. Doralo Fuller Email: doralo.fuller@us.af.mil

Contact Information

Contracting Office Address

  • ADMIN ONLY NO REQTN CP 210-671-3617 1655 SELFRIDGE AVE BLDG 5450
  • JBSA LACKLAND , TX 78236-5286
  • USA

Primary Point of Contact

Secondary Point of Contact





History