1690 - AFNWC Fiber to the Desk

SOL #: FA853526Q0003Solicitation

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Air Force
FA2835 AFLCMC HANSCOM PZI
HANSCOM AFB, MA, 01731-2107, United States

Place of Performance

Hanscom AFB, MA

NAICS

Electrical Contractors and Other Wiring Installation Contractors (238210)

PSC

Installation Of Equipment: Electrical And Electronic Equipment Components (N059)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Mar 30, 2026
2
Last Updated
Apr 23, 2026
3
Submission Deadline
May 4, 2026, 7:00 PM

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 is soliciting proposals for Fiber-to-the-Desk (FTTD) installation services at Hanscom Air Force Base, MA. This contract aims to provide secure network connectivity on the second floor of Building 1109. This is a Total Small Business Set-Aside. Offers are due by May 4, 2026, at 3:00 PM ET.

Scope of Work

The contractor will be responsible for acquiring and installing a complete FTTD solution on the second floor of Building 1109. 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 secure network connectivity from the second-floor patch panel to all specified endpoints (offices, conference rooms, furniture locations).

Key requirements include:

  • Implementing a fully functional FTTD network.
  • Meeting OM4 multi-mode fiber optic cabling requirements, validated by ANSI/TIA-568.3-D Tier 1 and Tier 2 testing.
  • Ensuring a secure, organized, and maintainable installation, including lockable enclosures for central patch panels and outfitting a Government-provided Class 5 GSA approved IPS container.
  • Providing a complete documentation package, including maintenance manuals, warranty information, and "as-built" drawings prepared by a Registered Communications Distribution Designer (RCDD).
  • Utilizing TAA compliant materials and adhering to TIA-606 labeling standards and safety regulations.
  • Contractor is responsible for cable tray extensions beyond the main trunk to reach endpoints.
  • The Government will provide network electronics, SFP transceivers, and is responsible for wall penetrations and grounding/bonding busbars.

Contract Details

  • Contract Type: Solicitation (FA283526Q00030001)
  • Period of Performance: 90 calendar days from the date of award.
  • 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.
  • Product Service Code: N059 (Installation Of Equipment: Electrical And Electronic Equipment Components)
  • Place of Performance: Hanscom Air Force Base, MA.

Submission & Evaluation

  • Offer Due Date: May 4, 2026, 03:00 PM ET.
  • Submission Method: Offers must be emailed to Kristin Morrison at kristin.morrison.1@us.af.mil. Do not post offers to SAM.gov.
  • Offer Validity: Offers must be valid for at least 90 days.
  • Evaluation Basis: Lowest Evaluated Price of Technically Acceptable (LPTA) quotes.
  • Evaluation Factors: Technical, Small Business Status, Past Performance, and Price. 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.

Key Clarifications & Notes

  • The actual number of endpoints is 72, though enough strands for 96 pairs total will be run for future redundancy.
  • The scope is specifically for FTTD; mentions of AV and Security in other documents are not part of this specific FTTD scope.
  • A site visit was scheduled for April 14, 2026, and questions were due by April 20, 2026, with answers posted by April 23, 2026.
  • The solicitation incorporates numerous FAR and DFARS clauses.
  • Contact: Kristin Morrison, kristin.morrison.1@us.af.mil.

People

Points of Contact

Kristin MorrisonPRIMARY

Files

Files

Download
Download
Download
Download
Download

Versions

Version 7
Solicitation
Posted: Apr 23, 2026
View
Version 6Viewing
Solicitation
Posted: Apr 23, 2026
Version 5
Solicitation
Posted: Apr 22, 2026
View
Version 4
Solicitation
Posted: Apr 13, 2026
View
Version 3
Solicitation
Posted: Mar 31, 2026
View
Version 2
Solicitation
Posted: Mar 30, 2026
View
Version 1
Solicitation
Posted: Mar 30, 2026
View