Fiber Optic Cable Upgrade USAF Academy

Agency: DEPT OF DEFENSE
State: Colorado
Level of Government: Federal
Category:
  • Z - Maintenance, Repair or Alteration of Real Property
Opps ID: NBD00159811459403418
Posted Date: Apr 25, 2024
Due Date: Nov 2, 2023
Solicitation No: FA700024R0002
Source: Members Only
Follow
Fiber Optic Cable Upgrade USAF Academy
Active
Contract Opportunity
Notice ID
FA700024R0002
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE AIR FORCE
Major Command
U
Sub Command
S
Sub Command 2
AIR FORCE ACADEMY
Office
FA7000 10 CONS LGC
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 View Changes
  • Contract Opportunity Type: Sources Sought (Updated)
  • All Dates/Times are: (UTC-06:00) MOUNTAIN STANDARD TIME, DENVER, USA
  • Updated Published Date: Apr 25, 2024 01:06 pm MDT
  • Original Published Date: Oct 23, 2023 01:51 pm MDT
  • Updated Response Date: Nov 02, 2023 12:00 pm MDT
  • Original Response Date: Nov 02, 2023 12:00 pm MDT
  • Inactive Policy: Manual
  • Updated Inactive Date: May 30, 2024
  • Original Inactive Date: Nov 17, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: Z2JZ - REPAIR OR ALTERATION OF MISCELLANEOUS BUILDINGS
  • NAICS Code:
    • 237130 - Power and Communication Line and Related Structures Construction
  • Place of Performance:
    USAF Academy , CO 80840
    USA
Description

This announcement serves as a sources sought synopsis issued for the purpose of market research in accordance with Federal Acquisition Regulation (FAR) Part 10 for an upcoming construction acquisition at the United States Air Force Academy, CO. This sources sought is issued solely for information and planning purposes and does NOT constitute a solicitation. For the purpose of this acquisition, the anticipated North American Industry Classification System Code (NAICS) is 237130, Power and Communication Line and Related Structures Construction and the size standard is $45.0 Million. The magnitude of construction is between $1,000,000 and $5,000,000. A firm fixed price construction contract is anticipated to be awarded to one contractor. Current estimated completion time is 365 calendar days.



The purpose of this notice is to identify companies capable and qualified to provide a complete finished functional project to include all labor, materials, transportation, equipment and supervision meeting U.S. Air Force Academy (USAFA) specifications for the following construction project:



Fiber Optic Cable Upgrade - USAFA: The purpose of this project is to update the fiber optic cable located on the United States Air Force Academy, Colorado Springs, CO.



The Contractor shall engineer, furnish, install and test (EFI&T) 36-strand single mode (SM) fiber optic cable (FOC) from ITB 4199 to ITB 5130 and associated terminating equipment, conduits to connect existing maintenance hole/conduit system components to the end building. The Contractor shall EFI&T one (1) 36-strand SM FOC from ITB 4199 to ITB 5130 along with associated fiber optic distribution panels and all associated splicing and terminations. The Contractor shall install approximately 865 feet of new 2-way conduits, 960 feet of two 3 X 3” Geo-textile Fabric, and 2525 feet of three 3 X 3” Geo-textile Fabric.



The Contractor shall engineer, furnish, install and test (EFI&T) 36-strand single mode (SM) fiber optic cable (FOC) from ITB 4199 to ITB 2354 and associated terminating equipment, conduits to connect existing maintenance hole/conduit system components to the end building. The Contractor shall EFI&T one (1) 36-strand SM FOC from ITB 4199 to ITB 2354 along with associated fiber optic distribution panels and all associated splicing and terminations. The Contractor shall install approximately 10 feet of new 5” 2-way Galvanized steel conduit and 2340 feet of Geo-textile Fabric.



The Contractor shall engineer, furnish, install and test (EFI&T) single mode (SM) fiber optic cable (FOC) from ITB 2354 to CEB 1054 and associated terminating equipment, conduits to connect existing and new maintenance hole/conduit system components to the end building. The Contractor shall EFI&T one (1) 12-strand and one (1) 24-strand SM FOC from ITB 2354 to ECB 1054 along with associated fiber optic distribution panels plus all associated splicing and terminations. The Contractor shall install approximately 13090 feet of new four (4) 1.25" HDPE SDR 11.5 conduit, and four (4) new 4’X4’X4’ handholes (HHs).



The Contractor shall provide all equipment, tools, materials, supplies, transportation, labor, supervision, management, and other incidentals necessary to meet the requirements. All electronics equipment, supplies, and materials to be installed shall be new and not refurbished.



All work shall be accomplished in accordance with requirements contained in the Drawings and Specifications to be issued in a possible future solicitation. All businesses capable of performing this project are invited to respond. Interested small business concerns must reference their 8(a), HUB Zone, Women-owned, or Service Disabled Veteran owned status, if applicable.



All potential offerors are reminded, in accordance with FAR 52.204-7, System for Award Management (SAM), lack of registration in SAM will make an offeror ineligible for contract award. Offerors and Contractors may obtain information on registration and annual confirmation requirements via SAM accessed through https://www.sam.gov/portal. Any information provided by industry to the Government as a result of this sources sought synopsis is voluntary. The Government will not pay for any information submitted in response to this sources sought synopsis. Proprietary information should be marked “PROPRIETARY INFORMATION.” Responses should be limited to ten (10) pages.



Interested businesses shall provide the following information:




  1. Company name, mailing address, point of contact, telephone number, email address, company cage code and SAM UEI (Unique Entity ID) number.

  2. Business size status, e.g., 8(a), HUB Zone, Woman Owned or Service Disabled Veteran-Owned, small business, large business, etc.

  3. Statement of capability to be bonded (both performance and payment bonds). The statement should indicate your company’s single and aggregate bonding capability.

  4. Contractor’s capability to perform a contract of this magnitude and complexity. Provide a list of no more than 5 projects of a similar size and scope of the proposed project, either Government or commercial, performed within the last three years with a brief description of the project (contract number, project title, dollar amount, period of performance, customer satisfaction.) Include your customer’s name, address, telephone number, email address and points of contact with their phone numbers. Indicate if you were the prime or subcontractor. If you were a subcontractor, provide the name and point of contact for the prime contractor. Include percentage of self-performed work, how the work was accomplished, and the performance rating for the work.

  5. Any other appropriate written information and/or data supporting your capability to complete a project of this type.

  6. Feedback on the following questions:






    1. Are there specific accreditations, licensures, permits, or state requirements for BUSINESSES performing this type of work?

    2. Are there specific accreditations, licensures, permits, or state requirements for INDIVIDUALS performing this type of work?

    3. Are manufacturer or installer certifications typical for this type of work?

    4. What other industry standards exist for this type of work?

    5. What is the typical labor mix for this type of work?

    6. Does your firm typically provide bid guarantees with the submission of proposal?

    7. Is providing a bid guarantee a hindrance for submission of proposal or otherwise an unreasonable requirement? If yes, please explain.





If your firm is capable and qualified, send the required response in writing to the primary point of contact (POC) indicated within this announcement. Responses are due no later than 2 November 2023, 12:00 p.m. Mountain Standard Time by e-mail. Questions and responses should be addressed to the primary contact, Danielle Hyde, Contract Specialist, 719-663-2062 or danielle.hyde.2@us.af.mil, or the alternate point of contact, Steven Brinker, Contracting Officer, 719-338-0639 or steven.brinker.1@us.af.mil.



Pursuant to Air Force Federal Acquisition Regulation Supplement (AFFARS) 5301.9102(c), Mr. James Anderson has been appointed as the USAF Academy Ombudsmen. The USAF Ombudsman contact information is as follows:



8110 Industrial Drive, Ste 200



USAFA, CO 80840



Telephone Number: 719-333-3829



FAX: 719-333-9018



Email: james.anderson.72@us.af.mil




Attachments/Links
Contact Information View Changes
Contracting Office Address
  • ADMIN ONLY NO REQTN CP 719 333 4019 8110 INDUSTRIAL DR STE 200
  • USAF ACADEMY , CO 80840-2303
  • USA
Primary Point of Contact
Secondary Point of Contact
History

Related Document

Apr 25, 2024[Presolicitation (Original)] Fiber Optic Cable Upgrade USAF Academy

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >