1690 - AFNWC Fiber to the Desk
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of the Air Force, AFLCMC HANSCOM PZI, is soliciting proposals for Fiber-To-The-Desk (FTTD) installation at Hanscom Air Force Base, MA. This opportunity, titled "1690 - AFNWC Fiber to the Desk," seeks a contractor to implement a secure FTTD solution within Building B1109, 2nd floor. This is a Total Small Business Set-Aside. Proposals are due by May 4, 2026, at 3:00 PM ET.
Scope of Work
The contractor will acquire and install a complete FTTD solution to provide secure network connectivity, replacing or augmenting existing capabilities. This includes installing fiber optic cables, recommending and procuring necessary equipment and mounting hardware, and terminating cables at designated endpoints.
Key technical requirements involve delivering a fully functional FTTD network from the second-floor patch panel to all specified endpoints (offices, conference rooms, furniture locations). The installed system must meet OM4 multi-mode fiber optic cabling requirements and be validated through ANSI/TIA-568.3-D Tier 1 and Tier 2 testing. Installation must be secure, organized, and maintainable, utilizing lockable enclosures and a Class 5 GSA approved IPS container for central patch panels. All materials must be Trade Act Agreement (TAA) compliant, and installation practices must adhere to TIA-606 labeling standards and certified firestopping. Each desk will require 4 strands of fiber (2 active, 2 spare), terminating at the desk and IDF. The contractor is responsible for fiber procurement, while the Government will provide network electronics and SFP transceivers. For VTC systems, the contractor will recommend and procure ceiling speakers, with the Government providing cameras and ensuring network connectivity. Deliverables include a complete documentation package with maintenance manuals, warranty information, and RCDD-prepared "as-built" drawings.
Contract & Timeline
- Type: Firm Fixed Price Solicitation
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS: 238210 (Installation Of Equipment: Electrical And Electronic Equipment Components), with a $19,000,000 size standard.
- Place of Performance: Second floor of Building B1109, Hanscom AFB, MA.
- Period of Performance: 90 calendar days from the date of award.
- Offer Due Date: May 4, 2026, at 3:00 PM ET.
- Site Visit: April 14, 2026, at 1:00 PM ET (pre-registration required by April 7, 2026).
- Questions Due: April 20, 2026, at 1:00 PM ET.
- Answers Posted: April 23, 2026, at 1:00 PM ET on SAM.gov.
- Offers Validity: Offers must be valid for at least 90 days.
Evaluation & Submission
Award will be based on the Lowest Evaluated Price of Technically Acceptable (LPTA) quotes. Non-price factors include Technical capability, Small Business Status, and Past Performance. Technical proposals must demonstrate understanding of requirements and capability to perform. Past performance will be evaluated based on similar work performed in the last five years. Offerors must be small business concerns and complete FAR 52.212-3. Offers must be emailed to Kristin Morrison at kristin.morrison.1@us.af.mil.