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 within Building 1109 (2nd floor) at Hanscom Air Force Base, MA. This Total Small Business Set-Aside opportunity aims to provide secure network connectivity, replacing or augmenting current capabilities. The contract is a Firm Fixed Price award, with a 90-day period of performance from the date of award. Proposals are due May 4, 2026, at 3:00 PM ET.
Scope of Work
The contractor will be responsible for installing a complete FTTD solution on the second floor of Building 1109. This includes installing fiber optic (FO) cables, recommending and procuring necessary equipment and mounting hardware, and terminating cables at designated endpoints. Each desk will require 4 strands of OM4 multi-mode fiber (2 active, 2 dark spares), terminating at both the desk and the Intermediate Distribution Frame (IDF). Cabling can be run on the wall, with preference for Panduit or J-hooks, and visible cabling is acceptable if inspectable and testable. The contractor will procure the fiber, while the Government will provide network electronics and SFP transceivers.
Additionally, the scope includes recommending and procuring ceiling speakers for Video Teleconferencing (VTC) systems, utilizing table microphones with a 3.5mm interface. The Government will provide VTC cameras and two secure displays per conference room. The installed system must meet ANSI/TIA-568.3-D Tier 1 and Tier 2 testing standards, be TAA compliant, and adhere to TIA-606 labeling and certified firestopping practices. Installation must be secure, organized, and maintainable, with central patch panels requiring lockable enclosures and a Class 5 GSA approved IPS container. The contractor will utilize Government-furnished cable trays and existing wall penetrations.
Contract & Timeline
- Contract Type: Firm Fixed Price
- NAICS: 238210 (Electrical and Other Wiring Installation Contractors), Size Standard: $19,000,000
- Period of Performance: 90 calendar days from award
- Offer Due Date: May 4, 2026, 3:00 PM ET
- Offers Valid: 90 days
- Published Date: March 31, 2026
Set-Aside & Eligibility
This acquisition is a Total Small Business Set-Aside. Offerors must be small business concerns and complete representations in accordance with FAR 52.212-3.
Evaluation Factors
Award will be based on the Lowest Evaluated Price of Technically Acceptable quotes. Non-price factors include: Technical (demonstrating understanding and capability), Small Business Status, and Past Performance (similar work performed in the last five years).
Key Dates & Submission
- Site Visit: April 14, 2026, 1:00 PM ET (Pre-registration required by April 7, 2026)
- Questions Due: April 20, 2026, 1:00 PM ET
- Answers Posted: April 23, 2026, 1:00 PM ET
- Offer Submission: Proposals must be emailed to Kristin Morrison at kristin.morrison.1@us.af.mil.