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 Solicitation seeks a Firm Fixed-Price solution to provide secure network connectivity on the second floor of Building B1109. This is a Total Small Business Set-Aside, with proposals due by May 4, 2026.
Scope of Work
The contractor will acquire and install a complete FTTD solution on the second floor of Building B1109 at Hanscom AFB, MA. This includes installing fiber optic cables, recommending and procuring necessary equipment and mounting hardware, and terminating cables at designated endpoints. The new system will replace or augment current network capabilities, providing connectivity from the second-floor patch panel to all specified endpoints (offices, conference rooms, furniture locations).
Key requirements include:
- Performance Standards: 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: Solution must be secure, organized, and maintainable. Central patch panels require lockable enclosures and a Class 5 GSA approved IPS container. Cable management is essential.
- Documentation: Provide a complete documentation package including maintenance manuals, warranty information, and "as-built" drawings prepared by a Registered Communications Distribution Designer (RCDD).
- Compliance: All materials and components must be Trade Act Agreement (TAA) compliant. Installation practices must adhere to TIA-606 labeling standards and certified firestopping.
- Coordination: On-site work must be coordinated with the Government Project Manager, including participation in a virtual kickoff meeting and recurring progress meetings.
Contract Details
- Opportunity Type: Solicitation
- Contract Type: Firm Fixed Price
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS Code: 238210 (Electrical Contractors and Other Wiring Installation Contractors) with a size standard of $19,000,000.00.
- Place of Performance: Hanscom AFB, MA, United States.
- Period of Performance: 90 calendar days from the date of award.
Submission & Evaluation
- Offers Due: May 4, 2026, by 3:00 PM ET.
- Submission Method: Offers must be emailed to Kristin Morrison at kristin.morrison.1@us.af.mil.
- Offer Validity: Offers must remain valid for at least 90 days.
- Evaluation Basis: Award will be based on the Lowest Evaluated Price of Technically Acceptable quotes.
- Non-Price Factors: Technical capability, Small Business Status, and Past Performance (based on similar work performed in the last five years).
- Eligibility: This acquisition is a 100% set-aside for Small Business concerns. Offerors must complete and return representation IAW FAR 52.212-3.
Key Dates & Contacts
- Published Date: March 30, 2026
- Site Visit: April 14, 2026, at 1:00 PM ET. Pre-registration is required by April 7, 2026.
- Questions Due: April 20, 2026, by 1:00 PM ET.
- Answers Posted: April 23, 2026, by 1:00 PM ET (on SAM.gov).
- Primary Contact: Kristin Morrison, kristin.morrison.1@us.af.mil.